the procurement of - chandragirimun.gov.np · chandragiri municipality, kathmandu invites sealed...

101
BIDDING DOCUMENT for THE PROCUREMENT OF Purano Naikap Park Construction National Competitive Bidding (NCB) IFB No.03/ch.na.pa./075/76 CHANDRAGIRI MUNICIPALITY KATHMANDU Issued on: Issued to: Invitation for Bids No.: 03/ch.na.pa./ 075/76 NCB No.:

Upload: others

Post on 19-Apr-2020

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

BIDDING DOCUMENT

for

THE PROCUREMENT OF

Purano Naikap Park Construction

National Competitive Bidding (NCB)

IFB No.03/ch.na.pa./075/76

CHANDRAGIRI MUNICIPALITY

KATHMANDU

Issued on:

Issued to:

Invitation for Bids No.: 03/ch.na.pa./075/76

NCB No.:

Page 2: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction
Page 3: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Abbreviations

BD ... ............................................................ Bidding Document

BDF ......................................................... .. Bidding Forms

BDS ......................................................... .. Bid Data Sheet

BOQ ... ....................................................... Bill of Quantities

COF .......................................................... Contract Forms

DP ... .......................................................... Development Partners

DoLIDAR .................................................Department of Local Infrastructure Development and Agricultural

Roads

ELI ... ..................................................... ... Eligibility

EEC... ....................................................... .. Evaluation and Eligibility Criteria

GCC ... ..................................................... .. General Conditions of Contract

GoN ......................................................... .. Government of Nepal

ICC ... .......................................................... International Chamber of Commerce

IFB ……………………………………. Invitation for Bids

ITB ... .......................................................... Instructions to Bidders

JV ... ........................................................ .. Joint Venture

NCB ... ....................................................... National Competitive Bidding

PAN ... .................................................... .. Permanent Account Number

PPA ... ..................................................... .. Public Procurement Act

PPMO ... .................................................... Public Procurement Monitoring Office

PPR ... ..................................................... .. Public Procurement Regulations

SBD ......................................................... .. Standard Bidding Document

SCC ... ..................................................... .. Special Conditions of Contract

TS ... ............................................................. Technical Specifications

VAT ... .................................................... .. Value Added Tax

WRQ ... .................................................. ... Works Requirements

Page 4: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Table of Contents

Invitation forBids ...............................................................................................................1

Part - I Bidding Procedures

Section - I Instructions to Bidders ... …………………………………………………………..4

Section - II Bid Data Sheet………………………………………...………………………….21

Section - III Evaluation and Eligibility Criteria………………………..…….………………..25

Section – IV Bidding Forms……………………………………………………..…………....27

Part - II Requirements ................................................................................................37

Section - V Works Requirements ……………………………………………………….…..38

Section - VI Bill of Quantities………………………………………………………….…….43

Part - III Conditions of Contract and Contract Forms .........................................49

Section - VII General Conditions of Contract…………………………………………….…53

Section - VIII Special Conditions of Contract………………………………………….…....80

Section - IX Contract Forms ………………………………………………………………..84

Page 5: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Invitation for Bids

Chandragiri Municipality

Office of municipal Executive

Balambu,Kathmandu

State No.3

Invitation for Bids for the Purano Naikap Park Construction at Chandragiri 13,Purano Naikap,

Contract Identification No: 03/ch.na.pa./075/76

Date of publication: 1st Baishakh, 2076

1. Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the

construction of Purano Naikap Park Construction at Purano Naikap,Chandragiri 13, under

National Competitive Bidding procedures. The estimated amount for the works is NRs

17422077.28 (Without VAT).

2. Eligible Bidders may obtain further information and inspect the Bidding Documents at the office

of Chandragiri Municipality ,Balambu ,Kathmandu or may visit PPMO website

www.bolpatra.gov.np/egp.

Ph.No.:014315766

e-mail Address: [email protected]

3 Bidder has to submit their bid from PPMO’s Web Site www.bolpatra.gov.np./egp,. Bidders, submitting

their bid electronically, should deposit the cost NRs. 3000(Three thousands only) till 1st Baisakh

2076 of bidding document in the Project’s Rajaswa (revenue) account as specified below and the

scanned copy (pdf format) of the Bank deposit voucher shall be uploaded by the bidder at the

time of electronic submission of the bids. Information to deposit the cost of bidding document in Bank:

Name of the Bank: NIC Asia Bank ltd. Name of Office: Chandragiri Municipality

Office Code no. :…………….. Office Account no.: 10CA050686752404

Rajaswa (revenue) Shirshak no. : Rajaswa Khata

4. Pre-bid meeting shall be held at 13:00 pm on 8th Baishakh, 2076

5. Sealed bids must be submitted through PPMO website www.bolpatra.gov.np/egp before [12:00]

on [30th

Baisakh,2076].

6. The bids will be opened in the presence of Bidders' representatives who choose to attend at 14:00PM

on 30th

Baisakh,2076 at the office of Chandragiri Municipality,Balambu(Kathmandu). Bids must be

valid for a period of 90 days after bid opening and must be accompanied by a bid security,

amounting to a minimum of 4,50,000 (Four lakh fifty Thousands only), which shall be valid for

30 days beyond the validity period of the bid 19th

Shraban,2075 7. If the last date of purchasing and /or submission falls on a government holiday, then the next

working day shall be considered as the last date. In such case the validity period of the bid security shall remain the same as specified for the original last date of bid submission.

1

Page 6: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Part - I Bidding Procedures

Section I – Instruction to Bidders

Table of Clauses

A. General …………………………………………………………………………………………….... 4 1. Scope of Bid ................................................................................................................................... 4 2. Source of Funds ............................................................................................................................. 4 3. Fraud and Corruption .................................................................................................................... 4 4. Eligible Bidders ............................................................................................................................. 6 5. Eligible Materials, Equipment and Services ................................................................................ 8

B. Contents of Bidding Document ................................................................................................................ 8

6. Sections of Bidding Document ..................................................................................................... 8

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............................................... 9

8. Amendment of Bidding Document ............................................................................................. 9 C. Preparation of Bids .................................................................................................................................. 10

9. Cost of Bidding ............................................................................................................................ 10

10. Language of Bid ....................................................................................................................... 10

11. Documents Comprising the Bid .......................................................................................... .... 10

12. Letter of Bid and Schedules ... ............................................................................................. .... 10

13. Bid Prices and Discounts ... ................................................................................................... ... 10

14. Currency of Bid and Payment ............................................................................................... ... 11

15. Period of Validity of Bids ... ...................................................................................................... 11

16. Bid Security ............................................................................................................................... 11

17. Format and Signing of Bid ………………………................................................................... 12 D. Submission and Opening of Bids ………………………………………………………………........ 13

18. Sealing and Marking of Bids .................................................................................................... . 13

19. Deadline for Submission of Bids ... ............................................................................................ 13

20. Late Bids ... ................................................................................................................................. 13

21. Withdrawaland Modification of Bids ... ..................................................................................... 13

22. Bid Opening ... ............................................................................................................................ 14 E. Evaluation and Comparison of Bids ... ............................................................................................... 15

23. Confidentiality ............................................................................................................................ 15

24. Clarification of Bids ... ................................................................................................................ 15

25. Deviations, Reservations, and Omissions .................................................................................. 15

26. Determination of Responsiveness .............................................................................................. 16

27. Nonconformities, Errors, and Omissions ................................................................................. .. 16

28. Correction of Arithmetical Errors ... ......................................................................................... .. 16

29. Evaluation of Bids ...................................................................................................................... 17

30. Comparison of Bids ... .............................................................................................................. .. 18

31. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids... .................................. 18 F. Award of Contract ... ..................................................................................................................... …. 18

32. Award Criteria ............................................................................................................................ 18

33. Letter of Intent to Award the Contract/ Notification of Award ................................................ 18

34. Performance Security ... ............................................................................................................ .. 18

35. Signing of Contract ... ............................................................................................................... .. 18

36. Complaint and Review ................................................................................................................ 19

2

Page 7: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids indicated in the Bid Data Sheet (BDS),

the Employer, as indicated in the BDS, issues this Bidding Document for the

procurement of Works as specified in Section V (Works Requirements). The name,

identification, and number of Contracts of the National Competitive Bidding (NCB)

are provided in the BDS.

1.2 Throughout this Bidding Document:

(a) the term ―in writing‖ means communicated in written form and delivered against

receipt;

(b) except where the context requires otherwise, words indicating the singular

also include the plural and words indicating the plural also include the singular;

and

(c) ―day‖ means calendar day.

2. Source of Funds 2.1 GoN Funded: In accordance with its annual program and budget, approved by the

GoN, the implementing agency indicated in the BDS plans to apply a portion of the

allocated budget to eligible payments under the contract(s) for which this Bidding

Document is issued.

Or

Public Entities' own Resource Funded: In accordance with its annual program and

budget, approved by the public entity, the implementing agency indicated in the

BDS plans to apply a portion of the allocated budget to eligible payments under the

contract(s) for which this Bidding Document is issued.

Or

DP Funded: The GoN has applied for or received financing (hereinafter called

―funds‖) from the Development Partner (hereinafter called ―the DP‖) indicated in

the BDS toward the cost of the project named in the BDS. The GoN intends to apply

a portion of the funds to eligible payments under the contract(s) for which this

Bidding Document is issued.

2.2 DP Funded: Payment by the DP will be made only at the request of the GoN and upon

approval by the DP in accordance with the terms and conditions of the financing

agreement between the GoN and the DP (hereinafter called the ―Loan/Grant

Agreement‖), and will be subject in all respects to the terms and conditions of that

Loan/Grant Agreement. No party other than the GoN shall derive any rights from the

Loan Agreement or have any claim to the funds.

3. Fraud and

Corruption 3.1 Procuring Entities as well as bidders, suppliers and contractors and their sub-

contractors under GoN/DP-financed contracts, shall adhere to the highest standard

of ethics during the procurement and execution of such contracts. In pursuance of

this;

(a) the Employer adopts, for the purposes of this provision, the terms as

defined below:

(i) ―corrupt practice‖ means the offering, giving, receiving, or soliciting,

SECTION– I: Instructions to Bidders

3

Page 8: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

directly or indirectly, anything of value to influence improperly the actions of

another party;

(ii) ―fraudulent practice‖ means any act or omission, including

a misrepresentation, that knowingly or recklessly misleads, or attempts

to mislead, a party to obtain a financial or other benefit or to avoid

an obligation;

(iii) ―coercive practice‖ means impairing or harming, or threatening to impair

or harm, directly or indirectly, any party or the property of the party to

influence improperly the actions of a party;

(iv) ―collusive practice‖ means an arrangement between two or more parties

designed to achieve an improper purpose, including influencing improperly

the actions of another party.

v) ―obstructive practice‖ means (a) deliberately destroying, falsifying,

altering, or concealing of evidence material to an investigation; (b)

making false statements to investigators in order to materially

impede an investigation; (c) failing to comply with requests to

provide information, documents, or records in connection with an

investigation; (d) threatening, harassing, or intimidating any party

to prevent it from disclosing its knowledge of matters relevant to

the investigation or from pursuing the investigation; or (e)

materially impeding GoN/DP’s contractual rights of audit or access

to information; and

vi) ―integrity violation‖ is any act which violates Anticorruption Policy,

including (i) to (v) above and the following: abuse, conflict of interest,

violations of GoN/DP sanctions, retaliation against whistleblowers or

witnesses, and other violations of Anticorruption Policy, including

failure to adhere to the highest ethical standard.

(b) the Employer will reject a proposal for award if it determines that the Bidder

recommended for award has, directly or through an agent, engaged in corrupt,

fraudulent, collusive, coercive, or obstructive practices or other integrity

violations in competing for the contract;

(c) DP will cancel the portion of the financing allocated to a contract if it determines

at any time that representative(s) of the GoN or of a beneficiary of DP-financing

engaged in corrupt, fraudulent, collusive, or coercive practices or other integrity

violations during the procurement or the execution of that contract, without the

GoN having taken timely and appropriate action satisfactory to DP to remedy the

situation.

(d) DP will impose remedial actions on a firm or an individual, at any time, in

accordance with DP's Anticorruption Policy and related Guidelines (as amended

from time to time), including declaring ineligible, either indefinitely or for a stated

period of time, to participate in DP-financed, -administered, or -supported

activities or to benefit from an DP-financed, -administered, or -supported contract,

financially or otherwise, if it at any time determines that the firm or individual

4

Page 9: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

has, directly or through an agent, engaged in corrupt, fraudulent, collusive,

coercive, or obstructive practices or other integrity violations; and

(e) The Contractor shall permit the GoN/DP to inspect the Contractor’s accounts and

records relating to the performance of the Contractor and to have them audited by

auditors appointed by the GoN/DP, if so required by the GoN/DP.

3.2 The Bidder shall not carry out or cause to carry out the following acts with

an intentionto influence the implementationof the procurement process or the

procurement agreement :

(a) give or propose improper inducement directly or indirectly,

(b) distortion or misrepresentation of facts,

(c) engaging in corrupt or fraudulent practice or involving in such act,

(d) interference in participation of other competing bidders,

(e) coercion or threatening directly or indirectly to cause harm to the person

or the property of any person to be involved in the procurement proceedings,

(f) collusive practice among bidders before or after submission of bids for

distribution of works among bidders or fixing artificial/uncompetitive bid

price with an intention to deprive the Employer the benefit of open

competitive bid price,

(g) contacting the Employer with an intention to influence the Employer with

regards to the bids or interference of any kind in examination and evaluation

of the bids during the period from the time of opening of the bids until the

notification of award of contract.

3.3 PPMO, on the recommendation of the Procuring Entity may blacklist a Bidder for

a period of one (1) to three (3) years for its conduct including on the following

grounds and seriousness of the act committed by the bidder:

(a) if convicted by a court of law in a criminal offence which disqualifies the

Bidder from participating in the contract,

(b) if it is established that the contract agreement signed by the Bidder was based on

false or misrepresentation of Bidder’s qualification information,

(c)if it at any time determines that the firm has, directly or through an agent, engaged

in corrupt, fraudulent, collusive, coercive, or obstructive practices in

competing for, or in executing, a GoN/DP-financed contract.

(d) if the successful bidder fails to sign the contract.

3.4 A bidder declared blacklisted and ineligible by the GoN, Public Procurement

Monitoring Office (PPMO) and/or the DP in case of DP funded project, shall be

ineligible to bid for a contract during the period of time determined by the GoN, PPMO

and/or the DP.

3.5 Furthermore, Bidders shall be aware of the provisions of GCC (GCC 28.3 and 72.3(j).

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government - owned entity—

subject to ITB 4.5—or any combination of them in the form of a Joint Venture (JV)

under an existing agreement, or with the intent to constitute a legally-enforceable joint

5

Page 10: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

venture. In the case of a JV:

(a) all partners shall be jointly and severally liable for the execution of the

Contract in accordance with the Contract terms. Maximum number of JV shall

be as specified in the BDS. The eligibility criteria requirement of the parties to

the JV shall be as specified in Section III Evaluation and Eligibility Criteria,

and

(b) the JV shall nominate a Representative who shall have the authority to conduct

all business for and on behalf of any and all the parties of the JV during the

bidding process and, in the event the JV is awarded the Contract, during

Contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the nationality of any

country or eligible countries mentioned in the BDS. A Bidder shall be deemed to have

the nationality of a country if the Bidder is a citizen or is constituted, or incorporated,

and operates in conformity with the provisions of the laws of that country. This criterion

shall also apply to the determination of the nationality of proposed sub Contractors or

suppliers for any part of the Contract including related services.

4.3 A Bidder shall not have a conflict of interest. A Bidder found to have a conflict of

interest shall be disqualified. if any of, including but not limited to, the following

apply:

(a) they have controlling partners in common; or

(b) they receive or have received any direct or indirect subsidy from any of them; or

(c) they have the same legal representative for purposes of this bid; or

(d) they have a relationship with each other, directly or through common third parties,

that puts them in a position to have access to information about or improperly

influence on the Bid of another Bidder, or influence the decisions of the

Employer regarding this bidding process; or

(e) a Bidder participates in more than one bid in this bidding process either

individually or as a partner in a joint venture. This will result in the

disqualification of all Bids in which it is involved. However, subject to any finding

of a conflict of interest in terms of ITB 4.3 (a)-(d) above, this does not limit the

participation of the same subcontractor in more than one bid; or

(f) a Bidder or any of its affiliated entity, participated as a consultant in the

preparation of the design or technical specifications of the works that are the

subject of the Bid; or

(g) a Bidder was affiliated with a firm or entity that has been hired (or is proposed to be

hired) by the Employer as Engineer for the Contract.

4.4 A firm that is under a declaration of ineligibility by the GoN/DP in accordance with ITB

3, at the date of the deadline for bid submission or thereafter, shall be disqualified. A

firm shall not be eligible to participate in any procurement activities under an DP-

financed, -administered, or -supported project while under temporary suspension or

debarment by DP pursuant to the DP's Anticorruption Policy (see ITB 3), whether such

debarment was directly imposed by the DP, or enforced by other DPs pursuant to the

6

Page 11: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Agreement for Mutual Enforcement of Debarment Decisions. A bid from a temporary

suspended or debarred firm will be rejected.

4.5 Enterprises owned by Government shall be eligible only if they can establish that they

are legally and financially autonomous and operate under commercial law, and that they

are not a dependent agency of the GoN.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory to the

Employer, as the Employer shall reasonably request.

4.7 Firms shall be excluded in any of the cases, if

(a) by an act of compliance with a decision of the United Nations Security

Council taken under Chapter VII of the Charter of the United Nations,

Nepalprohibits any import of goods or Contracting of works or services from

that country or any payments to persons or entities in that country.

(b) DP Funded: as a matter of law or official regulation,Nepal prohibits

commercial relations with that country, provided that the DP is satisfied that

such exclusion does not preclude effective competition for the supply of goods

or related services required;

(c) DP Funded: a firm has been determined to be ineligible by the DP in

relation to their guidelines or appropriate provisions on preventing and

combating fraud and corruption in projects financed by them.

5. Eligible

Materials,

Equipment and

Services

5.1 The materials, equipment and services to be supplied under the Contract shall have their

origin in any source countries as defined in ITB 4.2 above and all expenditures under

the Contract will be limited to such materials, equipment, and services. At the

Employer’s request, Bidders may be required to provide evidence of the origin of

materials, equipment and services.

5.2 For purposes of ITB 5.1 above, ―origin‖ means the place where the materials and

equipment are mined, grown, produced or manufactured, and from which the services

are provided. Materials and equipment are produced when, through

manufacturing, processing, or substantial or major assembling of components, a

commercially recognized product results that differs substantially in its basic

characteristics or in purpose or utility from its components.

B. Contents of Bidding Documents

6. Sections of Bidding Document

6.1 The Bidding Document consist of Parts I, II, and III, which include all the

Sections indicated below, and should be read in conjunction with any Addenda

issued in accordance with ITB 8.

PART I Bidding Procedures

Section I Instructions to Bidders (ITB)

Section II Bid Data Sheet (BDS)

Section III Evaluation and Eligibility Criteria (EEC)

Section IV Bidding Forms (BDF)

PART II Requirements

Section V Works Requirements (WRQ)

7

Page 12: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Section VI Bill of Quantities (BOQ)

PART III Conditions of Contract and Contract Forms

Section VII General Conditions of Contract (GCC)

Section VIII Special Conditions of Contract (SCC)

Section IX Contract Forms (COF)

6.2 The Invitation for Bids issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding Document and

their Addenda, if they were not obtained directly from the source stated by the

Employer in the Invitation for Bids.

6.4 The Bidder is expected to examine all instructions, forms, terms, and specifications in

the Bidding Document and to furnish with its bid all information and documentation as

is required by the Bidding Documents. Failure to furnish all information or

documentation required by the Bidding Document may result in the rejection of the bid.

7. Clarification of

Bidding Document,

Site Visit, Pre-Bid

Meeting

7.1 A prospective Bidder requiring any clarification of the Bidding Document shall

contact the Employer in writing at the Employer’s address indicated in theBDS or

raise any question or curiosity during the pre-bid meeting if provided for in

accordance with ITB 7.4. The Employer will respond in writing to any request

for clarification, provided that such request is received within the period as

mentioned in ITB 7.5. The Employer shall forward copies of its response to all

Bidders who have acquired the Bidding Document in accordance with ITB 6.3,

includinga description of the inquiry but without identifying its source. Should the

Employer deem it necessary to amend the Bidding Document as a result of a request

for clarification, it shall do so following the procedure under ITB 8 and ITB 17.2

7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and

obtain for itself, on its own risk and responsibility, all information that may be

necessary for preparing the bid and entering into a Contract for construction of the

Works. The costs of visiting the Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission by the

Employer to enter upon its premises and lands for the purpose of such visit, but only

upon the express condition that the Bidder, its personnel, and agents will release and

indemnify the Employer and its personnel and agents from and against all liability in

respect thereof, and will be responsible for death or personal injury, loss of or damage

to property, and any other loss, damage, costs, and expenses incurred as a result of the

inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid meeting, if provided

for in the BDS. The purpose of the meeting will be to clarify issues and to answer

questions on any matter that may be raised at that stage. 7.5 The Bidder is requested,

as far as possible, to submit any questions in writing, to reach the Employer as

mentioned in BDS.

7.5 The Bidder is requested, to submit any questions in writing, to reach the Employer as

mentioned in BDS.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised, without

8

Page 13: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

identifying the source, and the responses given, together with any responses prepared

after the meeting, will be transmitted promptly to all Bidders who have acquired the

Bidding Document in accordance with ITB 6.3. Any modification to the Bidding

Document that may become necessary as a result of the pre-bid meeting shall be made

by the Employer exclusively through the issue of an addendum pursuant to ITB 8 and

not through the minutes of the pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for disqualification of a Bidder.

8. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of bids, the Employer may amend the

Bidding Document by issuing agenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall be

communicated in writing to all who have obtained the Bidding Document from the

Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an addendum into account

in preparing their bids, the Employer may, at its discretion, extend the deadline for the

submission of bids, pursuant to ITB 19.2

C. Preparation of Bids

9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission of its Bid,

and the Employer shall in no case be responsible or liable for those costs, regardless of

the conduct or outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged by

the Bidder and the Employer, shall be written in the language specified in the BDS.

Supporting documents and printed literature that are part of the Bid may be in another

language provided they are accompanied by an accurate translation of the relevant

passages in the language specified in the BDS, in which case, for purposes of

interpretation of the Bid, such translation shall govern.

11. Documents Comprising the Bid

11.1 The Bid shall comprise the following:

(a) Letter of Bid;

(b) completed Bill of Quantities (BoQ), in accordance with ITB 12 and ITB 13, or

as stipulated in the BDS;

(c) Bid Security, in accordance with ITB 16;

(d) written confirmation authorizing the signatory of the Bid to commit the Bidder, in

accordance with ITB 17.2;

(e) documentary evidence ofestablishing the Bidder’s eligibility;

(f) Bids submitted by a Joint Venture shall include a copy of the Joint Venture

Agreement entered into by all partners. Alternatively, a Letter of Intent to

execute a Joint Venture Agreement in the event of a successful Bid shall be

signed by all partners and submitted with the Bid, together with a copy of the

proposed agreement. The Joint Venture agreement, or letter of intent to enter

into a Joint Venture including a draft agreement shall indicate at least the parts

of the Works to be executed by the respective partners; and

(h) Any other document required in the BDS.

9

Page 14: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

11.2 The Bidder is solely responsible for the authenticity of the submitted documents.

12. Letter of Bid

and Schedules 12.1 The Letter of Bid, Schedules, and all documents listed under ITB 11, shall be prepared

using the relevant forms in Section IV (Bidding Forms) and in Section VI (Bill of

Quantities).The forms must be completed without any alterations to the text, and no

substitutes shall be accepted. All blank spaces shall be filled in with the information

requested.

13. Bid Prices and

Discounts 13.1 The prices and discounts quoted by the Bidder in the Letterof Bid and in the Schedules

shall conform to the requirements specified below.

13.2 The Bidder shall submit a bid for the whole of the works described in ITB 1.1

by filling in prices for all items of the Works, as identified in Section VI (Bill of

Quantities). In case of Unit Rate Contracts, the Bidder shall fill in rates and prices for

all items of the Works described in the Bill of Quantities. Items against which no rate or

price is entered by the Bidder will not be paid for by the Employer when executed and

shall be deemed covered by the rates for other items and prices in the Bill of Quantities.

13.3 The price to be quoted in the Letter of Bid shall be the total price of the Bid, excluding

any discounts offered. Absence of the total price in the Letter of Bid or the Bid Price in

the Bill of Quantities shall result in rejection of the Bid.

13.4 The Bidder shall quote any discounts and the methodology for their application in the

Letter of Bid, in accordance with ITB 12.1.

13.5 If so indicated in ITB 1.1, bids are invited for individual Contracts or for any

combination of Contracts (packages). Bidders wishing to offer any price reduction for

the award of more than one Contract shall specify in their bid the price reductions

applicable to each package, or alternatively, to individual Contracts within the package.

Price reductions or discounts shall be submitted in accordance with ITB 13.4, provided

the bids for all Contracts are submitted and opened at the same time.

13.6 Unless otherwise provided in the BDS and the Conditions of Contract, the prices

quoted by the Bidder shall be fixed. If the prices quoted by the Bidder are subject to

adjustment during the performance of the Contract in accordance with the provisions of

the Conditions of Contract, the Bidder shall furnish the indices and weightings for the

price adjustment formulae in the Table of Adjustment Data in Section IV (Bidding

Forms) and the Employer may require the Bidder to justify its proposed indices and

weightings.

13.7All duties, taxes, and other levies payable by the Contractor under

the Contract, or for any other cause, as of the date 30 days prior to the deadline for

submission of bids, shall be included in the rates and prices and the total bid price

submitted by the Bidder.

14. Currency of Bid

and Payment 14.1 The currency of the bid and payment shall be in Nepalese Rupees.

15. Period of

Validity of Bids 15.1 Bids shall remain valid for the period specified in the BDS after the bid submission

deadline date prescribed by the Employer. A bid valid for a shorter period shall be

rejected by the Employer as nonresponsive.

15.2 In exceptional circumstances, prior to the expiration of the bid validity period,

10

Page 15: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

the Employer may request Bidders to extend the period of validity of their Bids. The

request and the responses shall be made in writing. If a bid security is requested in

accordance with ITB 16, it shall also be extended 30 days beyond the deadline of the

extended validity period. A Bidder may refuse the request without forfeiting its bid

security. A Bidder granting the request shall not be required or permitted to modify its

Bid.

16. Bid Security 16.1 The Bidder shall furnish as part of its bid, in original form, a bid security as specified in

the BDS. In case of e-submission of bid, the Bidder shall upload scanned copy of Bid

security letter at the time of electronic submission of the bid. The Bidder accepts that

the scanned copy of the Bid security shall, for all purposes, be equal to the original. The

details of original Bid Security and the scanned copy submitted with e-bid should be the

same otherwise the bid shall be non-responsive.

16.2 The bid security shall be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee from "A" class commercial bank or;

(b) a cash deposit voucher in the Employer's Account as specified in BDS.

In the case of a bank guarantee, the bid security shall be submitted either using the Bid

Security Form included in Section IV (Bidding Forms) or in another Form acceptable to

the employer. The form must include the complete name of the Bidder. The bid security

shall be valid for minimum thirty (30) days beyond the original validity period of the bid, or

beyond any period of extension if requested under ITB 15.2.

16.3 Any bid not accompanied by an enforceable and substantially compliant bid security

shall be rejected by the Employer as nonresponsive. In case of e- Submission, if the

scanned copy of an acceptable Bid Security letter is not uploaded with the electronic

Bid then Bid shall be rejected.

16.4 The bid security of unsuccessful Bidders shall be returned within three days, once the

successful bidder has furnished the required performance security and signed the

Contract Agreement pursuant to ITB 34.1and 35.1.

16.5 The bid security shall be forfeited if:

(a) a Bidder requests for withdrawal or modification of its bid, except as

provided in ITB 15.2:

(i) during the period of bid validity specified by the Bidder on the Bid, in case of

electronic submission;

(ii) from the period twenty-four hours prior to bid submission deadline up to the

period of bid validity specified by the Bidder on the Letter of Bid, in case of

hard copy submission.

(b) a Bidder changes the prices or substance of the bid while providing information

pursuant to clause ITB 24.1;

(c) a Bidder involves in fraud and corruption pursuant to clause 3.1;

(d) the successful Bidder fails to:

(i) furnish a performance security in accordance with ITB 34.1; or

(ii) sign the Contract in accordance with ITB 35.1

11

Page 16: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(iii) accept the correction of arithmetical errors pursuant to clause 28.1;

16.6 The Bid Security of a JV shall be in the name of the JV that submits the bid. If the JV

has not been legally constituted at the time of bidding, the Bid Security shall be in the

names of all future partners as named in the letter of intent mentioned in ITB 4.1.

17. Format and Signing of Bid

17.1 The Bidder shall prepare one original of the documents comprising the bid as

described in ITB 11 and clearly mark it ORIGINAL‖. In addition, the Bidder shall

submit copies of the bid in the number specified in the BDS, and clearly mark each

of them ―COPY.‖ In the event of any discrepancy between the original and the

copies, the original shall prevail. In case of e-submission of bid, the Bidder shall

submit his bid electronically in PDF or web forms files as specified in ITB

Clause 18.1(b),

17.2 The original and all copies of the bid shall be typed or written in indelible ink and shall

be signed by a person duly authorized to sign on behalf of the Bidder. This

authorization shall consist of a written confirmation as specified in the BDS and shall

be attached to the bid. The name and position held by each person signing the

authorization must be typed or printed below the signature. All pages of the bid, except

for un amended printed literature, shall be signed or initialed by the person signing the

bid.

17.3 Any amendments such as interlineations, erasures, or overwriting shall be valid only if

they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

18. Sealing and Marking of Bids

18.1 Unless otherwise specified in BDS, Bidders shall submit their bids by electronic or

by mail/by hand/by courier. Procedures for submission, sealing and marking are as

follows:

(a) Bidders submitting bids by mail, by hand or by courier

i. Bidders shall enclose the original and each copy of the Bid. These envelopes

containing the original and the copies shall then be enclosed in one single

envelope.

ii. The inner and outer envelopes shall:

(aa) bear the name and address of the Bidder;

(bb) be addressed to the Employer as provided in BDS19.1;

(cc)bear the specific identification of this bidding process indicated in BDS

1.1; and

(dd) bear a warning not to open before the time and date for bid opening.

iii. If all envelopes are not sealed and marked as required, the Employer will

assume no responsibility for the misplacement or premature opening of the bid.

(b) Bidders submitting Bids electronically shall follow the electronic bid submission

procedure specified in BDS.

19. Deadline for

Submission of Bids 19.1 Bids must be received by the Employer at the address and no later than the date and

time indicated in the BDS. In case of e-submission, the standard time for e-submission

is Nepalese Standard Time as set out in the server. The e-procurement system will

12

Page 17: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

accept the e-submission of bid from the date of publishing of notice and will

automatically not allow the e-submission of bid after the deadline for submission of bid.

19.2 The Employer may, at its discretion, extend the deadline for the submission of bids by

amending the Bidding Document in accordance with ITB 8, in which case all rights and

obligations of the Employer and Bidders previously subject to the deadline shall

thereafter be subject to the deadline as extended.

20. Late Bids 20.1 The Employer shall not consider any bid that arrives after the deadline for submission

of bids, in accordance with ITB 19. Any bid received by the Employer after the

deadline for submission of bids shall be declared late, rejected, and returned unopened

to the Bidder.

21. Withdrawal,

and Modification of

Bids

21.1 A Bidder may withdraw, or modify its bid after it has been submitted either in

hard copy or by e-submission. Procedures for withdrawal or modification of

submitted bids are as follows:

(i) Bids submitted in hard Copy

a) Bidders may withdraw or modify its bids by sending a written notice in a

sealed envelope, duly signed by an authorized representative, and shall include

a copy of the authorization in accordance with ITB 17.2 before 24 hours

prior to the last deadline of submission of bid. The corresponding

modification of the bid must accompany the respective writtennotice. All

notices must be:

(aa) prepared and submitted in accordance with ITB 17 and ITB 18,and in

addition, the respective envelopes shall be clearly marked

―WITHDRAWAL‖, ―MODIFICATION;‖ and

(bb) received by the Employer twenty four hour hours prior to the

deadline prescribed for submission of bids, in accordance with ITB 19.

ii) E-submitted bids.

a) Bidder may submit modification or withdrawal prior to the deadline

prescribed for submission of bids through e-GP system by using the forms

and instructions provided by the system.

21.2. Bids requested to be withdrawn in accordance with ITB 21.1 shall not be opened. In

case of hard copy submission, the Bid will be returned unopened to the Bidders.

21.3 Bidder may submit request for withdrawal or modification only one time except

electronically submitted bid.

21.4 In case of hard copy bid, no bid may be withdrawn if the bid has already been

modified.

21.5 Request for withdrawal or modification must be made through the same medium of

submission. Request for withdrawal or modifications through different medium shall

not be considered.

21.6 The following provisions apply for withdrawal or modification of the Bids:

(i) In case of bids submitted in hard copy no bid shall be withdrawn or modified in

the interval between 24 hours prior to the deadline for submission of bids and

the expiration of the period of bid validity specified by the Bidder on the Letter

13

Page 18: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

of Bid or any extension thereof.

(ii) In case of e-submitted bids no bids shall be withdrawn or modified in the

interval between deadline for submission of bids and the expiration of the period

of bid validity specified by the Bidder on the Letter of Bid or any extension

thereof.

21.7 Once a Bid is withdrawn, bidder will not be able to submit another bid for the same

bid.

22. Bid Opening 22.1 The Employer shall open the bids in public at the address, date and time specified in

the BDS in the presence of Bidders` designated representatives who choose to attend.

22.2 The Employer shall download the e-submitted bid files. The e-procurement system

allows the Employer to download the e-submitted bid files (report) only after bid

opening date and time after login simultaneously by two members of the Bid opening

committee.

22.3 Electronically submitted bid shall be opened at first in the same time and date as

specified above. Electronic Bids shall be opened one by one and read out. The e-

submitted bids must be readable through open standards interfaces. Unreadable and or

partially submitted bid files shall be considered incomplete.

22.4 Thereafter, envelopes marked ―WITHDRAWAL‖ shall be opened and read out and the

envelope with the corresponding bid shall not be opened, but returned to the Bidder. No

bid withdrawal shall be Permitted unless the corresponding withdrawal notice contains

a valid authorization to request the withdrawal and is read out at bid opening. Next,

envelopes marked ―MODIFICATION‖ shall be opened and read out with the

corresponding bid. No bid modification shall be permitted unless the corresponding

modification notice contains a valid authorization to request the modification and is

read out at bid opening. Only envelopes that are opened and read out at bid opening

shall be considered further.

22.5 All other envelopes shall be opened one at a time, reading out: the name of the

Bidder; the Bid Price(s), including any discounts and alternative bids and

indicating whether there is a modification; the presence of a bid security and any

other details as the Employer may consider appropriate. Only discounts and

alternative offers read out at bid opening shall be considered for evaluation. No bid

shall be rejected at bid opening except for late bids, in accordance with ITB 20.1.

22.6 The Employer shall prepare a record of the bid opening that shall include, as a

minimum: the name of the Bidder and whether there is a withdrawal, or modification;

the Bid Price, per Contract if applicable, including any discounts and alternative offers;

and the presence or absence of a bid security. The Bidders’ representatives who are

present shall be requested to sign the record. The omission of a Bidder’s signature on

the record shall not invalidate the contents and effect of the record.

E. Evaluation and Comparison of Bids

23. Confidentiality 23.1 Information relating to the examination, evaluation, comparison, and recommendation

of Contract award, shall not be disclosed to Bidders or any other persons not officially

concerned with such process until information on Contract award is communicated to

14

Page 19: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

all Bidders.

23.2 Any attempt by a Bidder to influence the Employer in the evaluation of the bids

or Contract award decisions may result in the rejection of its bid.

23.3 Notwithstanding ITB 23.2, from the time of bid opening to the time of Contract award,

if any Bidder wishes to contact the Employer on any matter related to the bidding

process, it may do so in writing.

24. Clarification of

Bids 24.1 To assist in the examination, evaluation, and comparison of the bids, the Employer

may, at its discretion, ask any Bidder for a clarification of its bid. Any clarification

submitted by a Bidder that is not in response to a request by the Employer shall not be

considered. The Employer’s request for clarification and the response shall be in

writing. No change in the prices or substance of the bid shall be sought, offered, or

permitted, except to confirm the correction of arithmetic errors discovered by the

Employer in the evaluation of the bids, in accordance with ITB 28. In case of e-

submission of bid, upon notification from the employer, the bidder shall also submit the

original of documents comprising the bid as per ITB 11.1 for verification of submitted

documents for acceptance of the e-submitted bid.

24.2 If a Bidder does not provide clarifications of its bid by the date and time set in the

Employer’s request for clarification, its bid may be rejected.

25. Deviations,

Reservations, and

Omissions

25.1 During the evaluation of bids, the following definitions apply:

(a) ―Deviation‖ is a departure from the requirements specified in the Bidding Document;

(b) ―Reservation‖ is the setting of limiting conditions or withholding from complete

acceptance of the requirements specified in the Bidding Document; and

(c) ―Omission‖ is the failure to submit part or all of the information or

documentation required in the Bidding Document.

26. Determination of Responsiveness

26.1 The Employer’s determination of a bid’s responsiveness is to be based on the

contents of the bid itself, as defined in ITB11.

26.2 A substantially responsive bid is one that meets the requirements of the Bidding

Document without material deviation, reservation, or omission. A material deviation,

reservation, or omission is one that,

(a) if accepted, would:

(i) affect in any substantial way the scope, quality, or performance of the Works

specified in the Contract;

or

(ii) limit in any substantial way, inconsistent with the Bidding Document, the

Employer’s rights or the Bidder’s obligations under the proposed Contract; or

(b) if rectified, would unfairly affect the competitive position of other Bidders

presenting substantially responsive bids.

26.3 If a bid is not substantially responsive to the requirements of the Bidding Document, it

shall be rejected by the Employer and may not subsequently be made responsive by

correction of the material deviation, reservation, or omission.

26.4 In case of e-submission bids, the Employer evaluates the bid on the basis of the

15

Page 20: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

information in the electronically submitted bid files. If the Bidder cannot substantiate

or provide evidence to establish the information provided in e-submitted bid

through documents/ clarifications as per ITB Clause 24.1, the bid shall not be

considered for further evaluation.

27.

Nonconformities,

Errors, and

Omissions

27.1 Provided that a bid is substantially responsive, the Employer may waive any non-

conformities in the bid that do not constitute a material deviation, reservation, or

omission.

27.2 Provided that a bid is substantially responsive, the Employer may request that the

Bidder submit the necessary information or documentation, within a reasonable period

of time, to rectify nonmaterial nonconformities in the bid related to documentation

requirements. Requesting information or documentation on such nonconformities shall

not be related to any aspect of the price of the bid. Failure of the Bidder to comply with

the request may result in the rejection of its bid.

27.3 Provided that a bid is substantially responsive, the Employer shall rectify quantifiable

nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall

be adjusted, for comparison purposes only, to reflect the price of a missing or non-

conforming item or component. The adjustment shall be made using the methods

indicated in Section III (Evaluation and Eligibility Criteria).

27.4 If the monetary value of such non-conformities is found to be more than fifteen percent

of the Bid Price of the bidder on account of minor discrepancies pursuant to ITB 27.3,

such bid shall be considered non responsive and shall not be involved in evaluation.

28. Correction of

Arithmetical Errors

28.1 Provided that the bid is substantially responsive, the Employer shall correct

arithmetical errors on the following basis:

(a) only for unit price Contracts, if there is a discrepancy between the unit price and the total

price that is obtained by multiplying the unit price and quantity, the unit price shall

prevail and the total price shall be corrected, unless in the opinion of the Employer there

is an obvious misplacement of the decimal point in the unit price, in which case the total

price as quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction of subtotals, the

subtotals shall prevail and the total shall be corrected; and

(c) If there is a discrepancy between the bid price in the Summary of Bill of Quantities and

the bid amount in item (c) of the Letter of Bid, the bid price in the Summary of Bill of

Quantities will prevail and the bid amount in item (c) of the Letter of Bid will be

corrected.

(d) if there is a discrepancy between words and figures, the amount in words shall prevail,

unless the amount expressed in words is related to an arithmetic error, in which case the

amount in figures shall prevail subject to (a) ,(b) and (c) above.

28.2 If the Bidder that submitted the lowest evaluated bid does not accept the correction of

errors, its bid shall be disqualified and its bid security shall be forfeited.

29. Evaluation of

Bids

29.1 The Employer shall use the criteria and methodologies listed in this Clause. No other

evaluation criteria or methodologies shall be permitted.

29.2 To evaluate a bid, the Employer shall consider the following:

16

Page 21: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(a) the bid price, excluding Value Added Tax , Provisional Sums, and the provision, if

any, for contingencies in the Summary Bill of Quantities, for Unit Rate Contracts,

or Schedule of Prices for lump sum Contracts, but including Day work items, where

priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with ITB 28.1;

(c) price adjustment due to discounts offered in accordance with ITB 13.4;

(d) adjustment for nonconformities in accordance with ITB 27.3;

(e) application of all the evaluation factors indicated in Section III (Evaluation and

Eligibility Criteria);

29.3 The estimated effect of the price adjustment provisions of the Conditions of Contract,

applied over the period of execution of the Contract, shall not be taken into account in

bid evaluation.

29.4 If this Bidding Document allows Bidders to quote separate prices for different

Contracts, and to award multiple Contracts to a single Bidder, the methodology to

determine the lowest evaluated price of the Contract combinations, including any

discounts offered in the Letter of Bid, is specified in Section III (Evaluation and

Eligibility Criteria).

29.5 if the bid for an Unit Rate Contract, which results in the lowest Evaluated Bid Price is

seriously unbalanced or front loaded in the opinion of the Employer, the Employer may

require the Bidder to produce detailed price analysis for any or all items of the Bill of

Quantities, to demonstrate the internal consistency of those prices with the construction

methods and schedule proposed. After evaluation of the price analysis, taking into

consideration the schedule of estimated Contract payments, the Employer may require

that the amount of the performance security be increased at the expense of the Bidder as

mentioned in BDS to protect the Employer against financial loss in the event of default

of the successful Bidder under the Contract.

29.6 In case of e-submission bids, the Employer evaluates the bid on the basis of the

information in the electronically submitted bid files. If the Bidder cannot substantiate

or provide evidence to establish the information provided in e-submitted bid

through documents/ clarifications as per ITB Clause 24.1, the bid shall not be

considered for further evaluation.

30. Comparison of

Bids

30.1 The Employer shall compare all substantially responsive bids in accordance with ITB

29.2 to determine the lowest evaluated bid.

31. Employer’s

Right to Accept Any

Bid, and to Reject

Any or All Bids

31.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding

process and reject all bids at any time prior to Contract award, without thereby incurring

any liability to Bidders. In case of annulment, all bids submitted and specifically, bid

securities, shall be promptly returned to the Bidders.

F. Award of Contract

32. Award Criteria 32.1 The Employer shall award the Contract to the Bidder whose offer has been determined

to be the lowest evaluated bid and is substantially responsive to the Bidding Document,

provided further that the Bidder is determined to be qualified to perform the Contract

satisfactorily.

17

Page 22: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

33. Letter of Intent

to Award the

Contract/Notific

ation of Award

33.1 The Employer shall notify the concerned Bidder whose bid has been selected in

accordance with ITB 32.1 within seven days of the selection of the bid, in writing that

the Employer has intention to accept its bid and the information regarding the name,

address and amount of selected bidder shall be given to all other bidders who submitted

the bid.

33.2 If no bidder submits an application pursuant to ITB 36 within a period of seven days of

the notice provided under ITB 33.1, the Employer shall, accept the bid selected in

accordance with ITB 32.1 and Letter of Acceptance shall be communicated to the

selected bidder prior to the expiration of period of Bid validity, to furnish the

performance security and sign the contract within fifteen days.

34. Performance

Security

34.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from the Employer,

the successful Bidder shall furnish the performance security as under mentioned

from A class Commercial Bank in accordance with the conditions of Contract using

Sample Form for the Performance Security included in Section IX (Contract Forms), or

another form acceptable to the Employer.

i) If bid price of the bidder selected for acceptance is up to 15 (fifteen) percent below

the approved cost estimate, the performance security amount shall be 5 (five)

percent of the bid price.

ii) For the bid price of the bidder selected for acceptance is more than 15 (fifteen)

percent below of the cost estimate, the performance security amount shall be

determined as follows:

Performance Security Amount =[(0.85 x Cost Estimate – Bid Price) x 0.5] + 5% of Bid

Price.

The Bid Price and Cost Estimate shall be inclusive of Value Added Tax.

34.2 Failure of the successful Bidder to submit the above-mentioned Performance Security

or to sign the Contract Agreement shall constitute sufficient grounds for the annulment

of the award and forfeiture of the bid security. In that event the Employer may award

the Contract to the next lowest evaluated Bidder whose offer is substantially responsive

and is determined by the Employer to be qualified to perform the Contract satisfactorily.

The process shall be repeated according to ITB 33.

35. Signing of

Contract

35.1 The Employer and the successful Bidder shall sign the Contract Agreement within the

period as stated ITB 34.1.

35.2 At the same time, the Employer shall affix a public notice on the result of the award on

its notice board and make arrangement for causing such notice to be affixed on the

notice board also of the District Development Committee, District Administration

Office and District Treasury and Controller Office. The Employer may make

arrangements to post the notice into its website, if it has; and if it does not have, into the

website of the Public Procurement Monitoring Office, identifying the bid and lot

numbers and the following information: (i) the result of evaluation of bid; (ii) date of

publication of notice inviting bids; (iii) name of newspaper; (iv) reference number of

notice; (v) item of procurement; (vi) name and address of bidder making contract and

(vii) contract price.

18

Page 23: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

35.3 Within thirty (30) days from the date of issuance of notification pursuant to ITB 33.1

unsuccessful bidders may request in writing to the Employer for a debriefing seeking

explanations on the grounds on which their bids were not selected. The Employer shall

promptly respond in writing to any unsuccessful Bidder who, requests for debriefing.

35.4 If the bidder whose bid is accepted fails to sign the contract as stated ITB 35.1, the

Public Procurement Monitoring Office shall blacklist the bidder on recommendation of

the Public Entity.

36. Complaint and

Review

36.1 If a Bidder is dissatisfied with the Procurement proceedings or the decision made by

the Employer in the intention to award the Contract, it may file an application to the

Chief of the Public Entity within Seven (7) days of providing the notice under ITB 33.1

by the Public Entity, for review of the proceedings stating the factual and legal grounds.

36.2 Late application filed after the deadline pursuant to ITB 36.1 shall not be processed.

36.3 The chief of Public Entity shall, within five (5) days after receiving the

application, give its decision with reasons, in writing pursuant to ITB 36.1:

(a) whether to suspend the procurement proceeding and indicate the procedure to be

adopted for further proceedings; or

(b) to reject the application.

The decision of the chief of Public Entity shall be final for the Bid amount up to the value as

stated in 36.4.

36.4 If the Bidder is not satisfied with the decision of the Public Entity in accordance with

ITB 36.3, is not given within five (5) days of receipt of application pursuant to ITB

36.1, it can, within seven (7) days of receipt of such decision, file an application to the

Review Committee of the GoN, stating the reason of its disagreement on the decision of

the chief of Public Entity and furnishing the relevant documents, provided that its Bid

amount is more than Rupees Twenty Million (Rs. 20,000,000). The application may be

sent by hand, by post, by courier, or by electronic media at the risk of the Bidder itself.

36.5 Late application filed after the deadline pursuant to ITB 36.4 shall not be processed.

36.6 Within three (3) days of the receipt of application from the Bidder, pursuant to ITB

36.4, the Review Committee shall notify the concerning Public Entity to furnish its

procurement proceedings, pursuant to ITB 36.3.

36.7 Within three (3) days of receipt of the notification pursuant to ITB 36.6, the Public

Entity shall furnish the copy of the related documents to the Review Committee.

36.8 The Review Committee, after inquiring from the Bidder and the Public Entity, if

needed, shall give its decision within one (1) month of the receipt of the application

filed by the Bidder, pursuant to ITB 36.4.

36.9 The Bidder, filing application pursuant to ITB 36.4, shall have to furnish a cash amount

or Bank guarantee from "A" class commercial bank equivalent to zero point five

percent (0.15%) of its quoted Bid amount with the validity period of at least ninety (90)

days from the date of the filing of application pursuant to ITB 36.4.

36.10 If the claim made by the Bidder pursuant to ITB 36.4 is justified, the Review

Committee shall have to return the security deposit to the applicant, pursuant to ITB

36.9, within seven (7) days of such decision made.

19

Page 24: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

20

Page 25: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

SECTION - II

Bid Data Sheet

A. General

ITB 1.1

The number of the Invitation for Bids is : 03/cha.na.pa./075/76

ITB 1.1

The Employer is: Chandragiri Municipality,Balambu

ITB 1.1

The number and identification of lots comprising this bidding process is:N/A

ITB 2.1 The name of the Project is Purano Naikap Park Construction at Chandragiri 1 3 , Purano

Naikap, ]

ITB 4.1 (a) Maximum number of partner in a joint venture shall be : 3 (three)

ITB 4.2

Eligible countries: Nepal

B. Bidding Document

ITB 7.1 For clarification purposes only, the Employer’s address is:

Attention: Chandragiri Municipality Address: Balambu (Kathmandu)

Telephone: : 014315766 Electronic mail address: [email protected]

ITB 7.4

A Pre-Bid Meeting will Take place at the following date, time and place:

Date: 8th

Chaitra, 2076 Time: 13:00 pm Place: Chandragiri Municipality,

Balambu(Kathmandu)

A site visit shall not be organized by the Employer.

ITB 7.5

Time for request: Requests for clarification should be received by the Employer no later than 15 days prior to the deadline for submission of bids.

C. Preparation of Bids

ITB 10.1

The language of the bid is: English

ITB 11.1 (b)

In accordance with ITB 12 and ITB 14, the following schedules shall be submitted with the bid,

including the priced Bill of Quantities for Unit Rate Contracts and Schedule of Prices for lump

sum contracts: N/A

ITB 11.1 (i)

The Bidder shall submit with its bid the following additional documents:

N/A

ITB 13.6

The prices quoted by the Bidder shall not be subject to adjustment during the performance of the

21

Page 26: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Contract.

ITB 15.1

The bid validity period shall be: Ninety (90) days

ITB 16.1

The Bidder shall furnish a bid security, from "A" class commercial bank with a minimum of

NRs.4,50,000which shall be valid for 30 days beyond the validity period of the bid.

ITB 16.2 (b)

Account Name:Chandragiri Municipality ("Dharauti Khata")

Bank Name: NIC ASIA Bank Ltd.

Bank Address: Kalanki Kathmandu

Account Number: 10CA050686752402

ITB 17.1

In addition to the original of the bid, the number of copy/ies is/are: Not Applicable

ITB 17.2

The written confirmation of authorization to sign on behalf of the Bidder shall indicate:

(a) The name and description of the documentation required to demonstrate the authority

of the signatory to sign the Bid such as a Power of Attorney; and

(b) In the case of Bids submitted by an existing or intended JV, an undertaking signed by

all parties (i) stating that all parties shall be jointly and severally liable, and (ii)

nominating a Representative who shall have the authority to conduct all business

for and on behalf of any and all the parties of the JV during the bidding process

and, in the event the JV is awarded the Contract, during contract execution.

D. Submission and Opening of Bids

ITB 18.1

Bidders shall have the option of submitting their bids by hand / by courier

ITB 19.1

For bid submission purposes only, the Employer’s address is :

Attention: Chandragiri Municipality Address: Balambu,Kathmandu

The deadline for bid submission is : Date 30

th Baisakh 2076 Time :12:00 Noon

ITB 22.1 The bid opening shall take place at :

Address : : Chandragiri Municipality

Date : 30th

Baisakh 2076

Time :14:00 pm

E. Evaluation and Comparison of Bids

ITB 29.5

The amount of the performance security be increased by Eight (8) percent of the quoted bid price.

22

Page 27: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Criteria Compliance Requirements Documents

Requirement Single Entity

Joint Venture Submission

Requirements All Partners Combined

Each Partner

One Partner

2.1 Conflict of Interest

No conflicts of interest in

accordance with

ITB Sub-Clause

4.3.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

not

applicable

Letter of Bid

2.2 Government/DP Eligibility

Not having been declared

ineligible by

government/DP,

must meet

requirement

must meet

requirement

must meet

requirement

not

applicable

Letter of Bid

Evaluation and Eligibility Criteria

This Section contains all the criteria that the Employer shall use to evaluate bids and eligible Bidders.

GoN/DP requires bidders to be qualified by meeting predefined eligibility criteria. In accordance with ITB

29, no other methods, criteria and factors shall be used. The Bidder shall provide all the information

requested in the forms included in Section IV (Bidding Forms).

1. Evaluation

In addition to the criteria listed in ITB 29.2 (a) - (e) the following criteria shall apply:

1.1 Multiple Contracts

Pursuant to Sub-Clause 29.4 of the Instructions to Bidders, if Works are grouped in multiple contracts,

evaluation will be as follows:

Works are grouped in multiple contracts and pursuant to Sub-Clause 29.4 of the Instructions to Bidders,

the Employer will evaluate and compare Bids on the basis of a contract, or a combination of contracts,

or as a total of contracts in order to arrive at the least cost combination for the Employer by taking into

account discounts offered by Bidders in case of award of multiple contracts.

1.2 Quantifiable Nonconformities and Omissions

Subject to ITB 13.2 and ITB 29.2, the evaluated cost of quantifiable nonconformities including

omissions, is determined as follows:

[Insert in bidding document: ―Pursuant to ITB 27.3, the cost of all quantifiable nonmaterial

nonconformities shall be evaluated, but excluding omission of prices in the Bill of Quantities. The

Employer will make its own assessment of the cost of any nonmaterial nonconformities and omissions

for the purpose of ensuring fair comparison of bids.‖]

2. Eligibility

23

Page 28: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

as described in

ITB Sub-Clause

4.4.

2.3 Government-owned Entity

Bidder required tomeet

conditions of ITB

Sub-Clause 4.5.

must meet

requirement

existing or

intended JV

must meet

requirement

must meet

requirement

not

applicable

Forms ELI - 1,

ELI - 2, with

attachments

2.4 UN Eligibility

Not having been declared

ineligible based on a

United Nationsresolution

or Employer's country law,

as described in ITB Sub- Clause 4.8.

must meet

requirement

existing or

intended JV must

meet

requirement

must meet

requirement

not

applicable

Letter

of Bid

2.5 Other Eligibility

Firm Registration Certificate

must meet

requirement

not

applicable

must meet

requirement

not

applicable

Document

attachment

Business Registration

Certificate (License)

must meet

requirement

not

applicable

must meet

requirement

not

applicable

Document

attachment

VAT and PAN Registration

certificate

must meet

requirement

not

applicable

must meet

requirement

not

applicable

Document

attachment

Tax clearances certificate for

the F/Y ................ or Tax

return submission evidence or

evidence of tax time extension

for.

must meet

requirement

not

applicable

must meet

requirement

not

applicable

Document

attachment

Additional requirements

[Insert if any]

…………….

…………

……………

…………

…………

24

Page 29: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

SECTION - IV

Bidding Forms

This Section contains the forms which are to be completed by the Bidder and submitted as part of its Bid.

25

Page 30: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Letter of Bid

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the

Bidder’s complete name and address.

Date: .........................................................

Name of the contract: .........................................................

Invitation for Bid No.: .......................................................

To: ……………………………………………………………………………………………………….....

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda

issued in accordance with Instructions to Bidders (ITB) Clause 8; (b) We offer to execute in conformity with the Bidding Documents the following Works:

(c) The total price of our Bid, excluding any discounts offered in item (d) below is: NRs.

…………………………………………..; or when left blank is the Bid Price indicated in the Bill of

Quantities1.

(d) The discounts offered and the methodology for their application are:……………………………

(e) Our bid shall be valid for a period of …………………..[insert validity period as specified in ITB 15.1]

days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and

it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the

Bidding Document;

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have nationalities from

eligible countries or any countries [insert the nationality of the Bidder, including that of all parties that

comprise the Bidder if the Bidder is a consortium or association, and the nationality of each

Subcontractor and Supplier];

(h) We, including any subcontractors or suppliers for any part of the contract, do not have any

1Absence of the total price in the Letter of Price Bid or in the Bill of Quantities shall result in rejection of the

Bid.

26

Page 31: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

conflict of interest in accordance with ITB 4.3;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process

in accordance with ITB 4.3;

(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part of the

contract, has not been declared ineligible, under the Employer’s country laws or official regulations or by

an act of compliance with a decision of the United Nations Security Council;

(k) We are not a government owned entity/We are a government owned entity but meet the

requirements of ITB 4.5;1

(l) We understand that this bid, together with your written acceptance thereof included in your notification

of award, shall constitute a binding contract between us, until a formal contract is prepared and executed;

(m) We declare that, we have not been black listed as per ITB 3.4 and no conflict of interest in the proposed

procurement proceedings and we have not been punished for an offense relating to the concerned

profession or business.

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may

receive; and

(o) If awarded the contract, the person named below shall act as Contractor’s Representative:

(p) We agree to permit the Employer/DP or its representative to inspect our accounts and records and other

documents relating to the bid submission and to have them audited by auditors appointed by the

Employer.

Name: .................................................................................................

In the capacity of .............................................................................

Signed …………………………………………………………...

Duly authorized to sign the Bid for and on behalf of …………

Date …………………………………………………………....

27

Page 32: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Code

Index

Description

Source of

Index*

Base Value

and Date

Employer's Proposed

Weighting Range

(coefficient)

Bidder's Proposed

Weighting

(coefficient)**

1 2 3 4 5 6

Non -

adjustable (A)

0.15

0.15

Labor (b)

Materials (c)

Equipment

usage (d)

Total 1.00

1 Use one of the two options as appropriate.

Table of Price Adjustment Data [To

be used if Price Adjustment is applicable as

per GCC 53.1]

*Normally following source of index shall apply. Public Entity shall choose applicable Index for each

item.

(a) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank

or rate fixed by District Rate Fixation Committee

(b) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank

(c) Equipment usage:

"National Wholesale Price Index" - "Transport Vehicles and Machinery Goods" of Nepal Rastra Bank

or

"Fuel" Price fixed by Nepal Oil Corporation.

** Bidders proposed weightings should be within the range specified by the Employer in column - 5

28

Page 33: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Code Construction

Material*

Unit Base Price (NRs/Unit) (Ex-

factory)

Source (Factory)**

1 2 3 4 5

Table of Price Adjustment Data [To be used if Price Adjustment is applicable

as per GCC 53.6]

* Major construction materials to be specified by Employer in column - 2.

** Base Price and source normally to be specified by Employer (or alternatively informed to be proposed by

bidder) in column 4 and5.

Note:

The base prices of the construction materials shall be taken as of 30 days before the deadline for submission of

the Bid as quoted by the Bidder and verified by the Employer. For the purpose of calculation of price

adjustment, the Ex-factory price of the same source shall be taken into consideration.

29

Page 34: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Bid Security Bank Guarantee

Bank’s Name, and Address of Issuing Branch or Office

(On Letter head of the 'A' class Commercial Bank) Beneficiary: .............................. name and address of Employer ……………………………………….

Date: ……………………………………………………………………………………………………...

Bid Security No.: ..........................................................................................................................................

We have been informed that . …………. .[insert name of the Bidder] (hereinafter called ―the Bidder‖)

intends to submit its bid (hereinafter called ―the Bid‖) to you for the execution of …………... name of

Contract . …………… under Invitation for Bids No. ……………… (―the IFB‖).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid guarantee.

At the request of the Bidder, we…………………. . name of Bank. ……………….. hereby irrevocably

undertake to pay you any sum or sums not exceeding in total an amount of . . ………...amount in figures

………………………. (. ………….. .amount in words ……………….) upon receipt by us of your first

demand in writing accompanied by a written statement stating that the Bidder is in breach of its obligation(s)

under the bid conditions, because the Bidder:

(a) has withdrawn or modifies its Bid:

(i) during the period of bid validity specified by the Bidder on the Letter Bid, in case of electronic submission

(ii) from the period twenty-four hours prior to bid submission deadline up to the period of bid validity specified by the

Bidder on the Letter of Bid, in case of hard copy submission; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders

(hereinafter ―the ITB‖); or

(c) having been notified of the acceptance of its Bid by the Employer during the period of bid validity, (i)

fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to furnish the performance

security, in accordance with the ITB.

(d) is involved in fraud and corruption in accordance with the ITB

This guarantee will remain in force up to and including the date ………number…………days after the

deadline for submission of Bids as such deadline is stated in the instructions to Bidders or as it may be

extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any demand in

respect of this guarantee should reach the Bank not letter than the above date.

This Bank guarantee shall not be withdrawn or released merely upon return of the original guarantee by the

Bidder unless notified by you for the release of the guarantee.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 758.

. . .Bank’s seal and authorized signature(s) . . .

Note:

The bid security of ………..……………. has been counter guaranteed by the Bank ……..………... ...…… on

…………... ...……..………. (Applicable for Bid Security of Foreign Banks).

30

Page 35: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Bidder’s Information Format

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

31

Page 36: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Bidder's Information

Bidder's legal name

In case of JV, legal name of each partner

Bidder's country of constitution

Bidder's year of constitution

Bidder's legal address in country of constitution

Bidder's authorized representative (name,

address, telephone numbers, fax numbers, e-

mail address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above, in

accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm or JV named in above, in accordance with ITB 17.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above required to

comply with ITB 4.5.

Bidder’s Information

Form ELI - 1: Bidder’s Information Sheet

32

Page 37: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

JV / Specialist Subcontractor Information

Bidder's legal name

JV Partner's or Subcontractor's legal name

JV Partner's or

Subcontractor's country of constitution

JV Partner's or

Subcontractor's year of constitution

JV Partner's or

Subcontractor's legal address in country of

constitution

JV Partner's or

Subcontractor's authorized representative

information (name, address, telephone

numbers, fax numbers, e-mail address)

Attached are copies of the following original documents.

1. articles of incorporation or constitution of the legal entity named above, in accordance with ITB

4.1 and 4.2.

2. Authorization to represent the firm named above, in accordance with ITB .2.

3. In the case of government-owned entity, documents establishing legal and financial autonomy and

compliance with commercial law, in accordance with ITB 4.5.

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

33

Page 38: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Part - II

REQUIREMENTS

34

Page 39: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Table of Clauses

Section - V Works Requirements .......................................................................................................... 38

Scope of Work ………………………………………………………………………………………….. 38

Specifications ……………………………………………………………………………………............ 39

Notes on the Specifications ……………………………………………………………………....... 39

Sample Clause: Equivalency of Standards and Codes ... ............................................................. …….. 40

Drawings …………………………………………………………………………..…………………….. 41

Supplementary Information ... ...........................................................................................................…….... 42

Section - VI Bill of Quantities ... .........................................................................................................……... 43

Notes for Unit Rate Contracts.................................................................................................. …….. 43

Preamble of Bill of Quantities ……………………………………………………………………….. 45

General ...................................................................................................................................................... 45

Day work Schedule ... ..................................................................................................................... …….. 46

Provisional Sums ............................................................................................................................ …...... 47

Bill of Quantities ..............................................................................................................................................

48

35

Page 40: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

SECTION - V

Works Requirements

This Section contains the Specification, the Drawings, and supplementary information that describe

the Works to be procured.

Scope of Work

Construction of Purano Naikap Park

36

Page 41: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Specifications

Notes on the Specifications

A set of precise and clear specifications is a prerequisite for Bidders to respond realistically and

competitively to the requirements of the Employer without qualifying or conditioning their Bids. The

specifications must be drafted to permit the widest possible competition and, at the same time, present a

clear statement of the required standards of workmanship, materials, and performance of the goods and

services to be procured. Only if this is done will the objectives of economy, efficiency and fairness in

procurement be realized, responsiveness of Bids be ensured, and the subsequent task of bid evaluation

facilitated. The specifications should require that all goods and materials to be incorporated in the Works

be new, unused, of the most recent or current models, and incorporate all recent improvements in design

and materials unless provided otherwise in the Contract.

Samples of specifications from previous similar projects are useful in this respect. The use of metric units is

encouraged by the Funding Agency in case of funding assisted projects. Most specifications are normally

written specially by the Employer or Project Manager to suit the Contract Works in hand. The available

standard specification of works of Ministry of Physical Infrastructure and Transport, DoLIDAR and Other

line Ministries can be adopted for respective civil construction works.

There are considerable advantages in standardizing General Specifications for repetitive Works in

recognized public sectors, such as highways, urban housing, irrigation, and water supply, in the same

country or region where similar conditions prevail. The General Specifications should cover all classes of

workmanship, materials, and equipment commonly involved in construction, however it may not

necessarily be adequate to be used in a particular Works Contract and may necessitate preparation of

Particular (Special) Specifications to amend and or supplement the provision of the General Specifications to

meet the requirement of the particular Works.

Care must be taken in drafting specifications to ensure that they are not restrictive. In the specification of

standards for goods, materials, and workmanship, recognized international standards should be used as

much as possible. Where other particular standards are used, whether national standards of Nepal or other

standards, the specifications should state that goods, materials, and workmanship that meet other

authoritative standards, and which ensure substantially equal or higher quality than the standards

mentioned, will also be acceptable.

Employers should decide whether technical solutions to specified parts of the Works are to be permitted.

Alternatives are appropriate in cases where obvious (and potentially less costly) alternatives are possible to

the technical solutions indicated in the Procurement Documents for certain elements of the Works, taking

into consideration the comparative specialized advantage of potential bidders. For example:

The Employer should provide a description of the selected parts of the Works with appropriate

references to Drawings, Specifications, Bill of Quantities, and Design or Performance criteria, stating that

the alternative solutions if applicable shall be at least structurally and functionally equivalent to the

basic design parameters and specifications.

Such alternative solutions shall be accompanied by all information necessary for a complete evaluation by the

Employer, including drawings, design calculations, technical specifications, breakdown of prices,

37

Page 42: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

proposed construction methodology, and other relevant details.

Sample Clause: Equivalency of Standards and Codes

Wherever reference is made in the Contract to specific standards and codes to be met by the goods and

materials to be furnished, and work performed or tested, the provisions of the latest current edition or revision

of the relevant standards and codes in effect shall apply, unless otherwise expressly stated in the Contract.

Where such standards and codes are national, or relate to a particular country or region, other authoritative

standards that ensure a substantially equal or higher quality than the standards and codes specified will be

accepted subject to the Project Manager’s prior review and written consent. Differences between the

standards specified and the proposed alternative standards shall be fully described in writing by the

Contractor and submitted to the Project Manager at least 30 days prior to the date when the Contractor

desires the Project Manager’s consent. In the event the Project Manager determines that such proposed

deviations do not ensure substantially equal or higher quality, the Contractor shall comply with the

standards specified in the documents. These Notes for Preparing Specifications are intended only as

information for the Employer or the person drafting the Procurement Documents. They should not be

included in the final documents.

[As per BOQ]

38

Page 43: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Drawings

Note:

1. It is customary to bind the drawings in a separate volume, which is often larger than other volumes

of the contract documents. The size will be dictated by the scale of the drawings, which must not be

reduced to the extent that details are reduced illegible.

2. A simplified map showing the location of the Site in relation to the local geography, indicating major

roads, posts, airports, and railroads, is helpful.

3. The construction drawings, even if not fully developed, must show sufficient details to enable bidders

to understand the type and complexity of the work involved and the price the Bill of Quantities.

39

Page 44: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Supplementary Information

N/A

40

Page 45: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

SECTION - VI

Bill of Quantities

Notes for Unit Rate Contracts :

Objectives The objectives of the Bill of Quantities are (a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be

prepared efficiently and accurately; and (b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic

valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to

distinguish between the different classes of Works, or between Works of the same nature carried out in

different locations or in other circumstances which may give rise to different considerations of cost.

Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple

and brief as possible.

Content The Bill of Quantities should be divided generally into the following sections: (a) Preamble; (b) Work Items (grouped into parts); (c) Day works Schedule; d) Provisional Sums; and (d) Summary.

Preamble The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of measurement which have been adopted in the preparation of the Bill of Quantities and which are to be used for the measurement of any part of the works.

Work Items

The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of

the Works which by nature, location, access, timing, or any other special characteristics may give rise to

different methods of construction, or phasing of the Works, or considerations of cost. General items

common to all parts of the works may be grouped as a separate section in the Bill of Quantities.

Day work Schedule A Day work Schedule should be included only if the probability of unforeseen work, outside the items

included in the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates

quoted by the Bidders, the Day work Schedule should normally comprise the following:

(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work

rates or prices are to be inserted by the Bidder, together with a statement of the conditions under

which the Contractor will be paid for work executed on a day work basis.

41

Page 46: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid.

The rate to be entered by the Bidder against each basic Day work item should include the

Contractor’s profit, overheads, supervision, and other charges.

Provisional Sums A general provision for physical contingencies (quantity overruns) may be made by including a provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should be provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as the future need arises. Where such provisional sums or contingency allowances are used, the Contract Data should state the manner in which they will be used, and under whose authority (usually the Project Manager’s).

Summary The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward,

with provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies

(upward price adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the

person drafting the Bidding documents. They should not be included in the final documents.

42

Page 47: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Preamble of Bill of Quantities

A. General

1. The Bill of Quantities shall be read in conjunction with the Instructions to Bidders, General and Special

Conditions of Contract, Technical Specifications, and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to

provide a common basis for bidding. The basis of payment will be the actual quantities of work

ordered and carried out, as measured by the Contractor and verified by the Project Manager and

valued at the rates and prices bid in the priced Bill of Quantities, where applicable, and

otherwise at such rates and prices as the Project Manager may fix within the terms of the Contract.

3. For any item for which measurement is based on records made before or during construction the records

shall be prepared and agreed between the Engineer and the Contractor. Should the Contractor carry out

such work without the prior agreement of the Engineer, the Engineer may request the Contractor to carry

out investigations to confirm the extent of the work and the quantity of work certified for payment shall

be solely at the Engineer's discretion. The cost of any such investigation shall be borne by the Contractor.

4. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided under the

Contract, include all construction equipment, labor, supervision, materials, erection, maintenance,

insurance, profit, taxes, and duties, together with all general risks, liabilities, and obligations set out or

implied in the Contract.

5. A rate or price shall be entered against each item in the priced Bill of Quantities, whether quantities

are stated or not. The cost of items against which the Contractor has failed to enter a rate or price shall

be deemed to be covered by other rates and prices entered in the Bill of Quantities.

6. The whole cost of complying with the provisions of the Contract shall be included in the Items provided

in the priced Bill of Quantities, and where no Items are provided, the cost shall be

deemed to be distributed among the rates and prices entered for the related Items of Work.

7. General directions and descriptions of work and materials are not necessarily repeated nor

summarized in the Bill of Quantities. References to the relevant sections of the Contract

documentation shall be made before entering prices against each item in the priced Bill of

Quantities. The Specification Clause references where given in the item description of the Bills of

Quantities are for the convenience of bidders and generally refer to the principal relevant- specification

clause but do not necessarily represent the whole of the specification requirements for the work required

within the item. The presence of a Specification clause reference shall not in any way reduce the Bidders

obligation to complete work in accordance with all the requirements of the Specification.

8. Provisional Sums included and so designated in the Bill of Quantities shall be expended in whole or

in part at the direction and discretion of the Project Manager in accordance with the Conditions of

Contract.

9. The method of measurement of completed work for payment shall be in accordance with the

Specifications.

43

Page 48: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

10. The abbreviations and symbols used in this Bill of Quantities are:

[Insert as applicable]

B. Day work Schedule

a) General

1. Work shall not be executed on a day work basis except by written order of the Project Manager. Bidders

shall enter basic rates for day work items in the Schedules. These rates shall apply to any quantity of day

work ordered by the Project Manager. Nominal quantities have been indicated against each item of day

work, and the extended total for day work shall, be carried forward as a Provisional Sum to the Summary

Total Bid Amount. Unless otherwise adjusted, payments for day work shall be subject to price adjustment

in accordance with the provisions in the Conditions of Contract.

b) Day work Labor

1. In calculating payments due to the Contractor for the execution of day works, the hours for labor will be

reckoned from the time of arrival of the labor at the job site to execute the particular item of day work to

the time of departure from the job site, but excluding meal breaks and rest periods. Only the time of

classes of labor directly doing work ordered by the Project Manager and are competent to perform such

work will be measured. The time of gangers (charge hands) actually doing work with the gangs will also

be measured but not the time of foremen or other supervisory personnel.

2. The Contractor shall be entitled to payment in respect of the total time that labor is employed on day work,

calculated at the basis rates entered by it in the " SCHEDULE OF DAY WORK RATES: 1. LABOR".

The rates for labor shall be deemed to cover all costs to the Contractor including (but not limited to) i) the

amount of wages paid to such labor, transportation time, overtime, subsistence allowances, ii) any sums

paid to or on behalf of such labor for social benefits in accordance with Nepal law, iii) Contractor's profit,

overheads, superintendence, liabilities and insurance and iv) charges incidental to the foregoing.

c) Day work Equipment

1. The Contractor shall be entitled to payments in respect of Constructional Plant already on site and

employed on day work at the basis rental rates entered by him in the ―SCHEDULE OF DAY WORK

RATES:2 EQUIPMENT ‖. The said rates shall be deemed to include due and complete allowance for

depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel, lubricant, and other

consumables and all overhead, profit and administrative costs related to the use of such equipment. The cost of drivers, operators and assistants also shall be included in the rate of the equipment and no

separately payment shall be made for it.

2. In calculating the payment due to the Contractor for Constructional Plant employed on day work, only the

actual number of working hours will be eligible for payment, except that where applicable and agreed with

the Project Manager, the travelling time from the part of the Site where the Construction Plant was located

when ordered by the Project Manager to be employed on day work and the time for return journey there to

shall be included for payment.

d) Day work Materials

1. The Contractor shall be entitled to payment in respect of materials used for day work (except for materials

for which the cost is included in the percentage addition to labor costs as detailed heretofore), at the rates

entered by him in the "SCHEDULE OF DAY WORK RATES: 3 MATERIALS" and shall be deemed to

include overhead charges and profit as follows;

(i) the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance,

handling expenses, damage, losses, etc. and shall provide for delivery to store for stockpiling at the

Site.

44

Page 49: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(ii) the cost of hauling materials for use on work ordered to be carried out as day work, from the store or

stockpile on the Site to the place where it is to be used also shall be include in the same rate.

Provisional Sums A general provision for physical contingencies (quantity overruns) may be made by including a

provisional sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price

increases should be provided as a provisional sum in the Summary Bill of Quantities. The inclusion of

such provisional sums often facilitates budgetary approval by avoiding the need to request periodic

supplementary approvals as the future need arises. Where such provisional sums or contingency allowances

are used, the SCC should state the manner in which they will be used, and under whose authority (usually

the Project Manager’s).

The estimated cost of specialized work to be carried out, or of special goods to be supplied, by other

contractors should be indicated in the relevant part of the Bill of Quantities as a particular provisional sum

with an appropriate brief description. A separate procurement procedure is normally carried out by the

Employer to select such specialized contractors. To provide an element of competition among the Bidders in

respect of any facilities, amenities, attendance, etc., to be provided by the successful Bidder as prime

Contractor for the use and convenience of the specialist contractors, each related provisional sum should be

followed by an item in the Bill of Quantities inviting the Bidder to quote a sum for such amenities, facilities,

attendance, etc.

45

Page 50: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Bill of Quantities

46

Page 51: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

CONDITIONS OF CONTRACT AND CONTRACT

FORMS

47

Page 52: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Table of Clauses

A. General ..................................................................................................................................…………54

1. Definitions........................................................................................................................................................................ 54 2. Interpretation ................................................................................................................................................................. 55

3. Language and Law ........................................................................................................................................................ 56 4. Contract Agreement ..................................................................................................................................................... 56

5. Assignment ...................................................................................................................................................................... 56 6. Care and Supply of Documents................................................................................................................................ 56

7. Confidential Details ...................................................................................................................................................... 57 8. Compliance with Laws ................................................................................................................................................ 57

9. Joint and Several Liability.......................................................................................................................................... 57 10. Project Manager's Decisions .................................................................................................................................. 57

11. Delegation...................................................................................................................................................................... 58 12. Communications ......................................................................................................................................................... 58 13. Subcontracting............................................................................................................................................................. 58 14. Other Contractors....................................................................................................................................................... 58 15 Personnel and Equipment ....................................................................................................................................... 58 16. Employer’s and Contractor's Risk ....................................................................................................................... 58 17. Employer’s Risks ....................................................................................................................................................... 58 18. Contractor’s Risks ..................................................................................................................................................... 59 19. Insurance ..................................................................................................................................................................... 59 20. Site Investigation Reports...................................................................................................................................... 60 21. Contractor to Construct the Works..................................................................................................................... 60

22. The Works to Be Completed within intended Completion Date............................................................ 60 23. Design by contractor and Approval by the Project Manager ................................................................... 60

24. Safety, Security and Protection of the Environment.................................................................................... 60 25. Discoveries................................................................................................................................................................... 61 26. Possession of the Site .............................................................................................................................................. 61

27. Access to the Site ....................................................................................................................................................... 61 28. Instructions, Inspections and Audits................................................................................................................. 61

29. Dispute Settlement ................................................................................................................................................... 61 30. Procedures for Disputes ......................................................................................................................................... 62

B. Staff and Labor................................................................................................................ …………………..62

31. Forced Labor ................................................................................................................................................................ 62 32. Child Labor.................................................................................................................................................................... 62 33. Nondiscrimination and Equal Opportunity ..................................................................................................... 62

B. Time Control .................................................................................................................................... 62

34. Program ........................................................................................................................................................................ 62 35. Extension of the IntendedCompletion Date..................................................................................................... 63

36. Acceleration................................................................................................................................................................. 63 37. Delays Ordered by the Project Manager .......................................................................................................... 63

38. Management Meetings ............................................................................................................................................ 63 39. Early Warning ............................................................................................................................................................. 63

C. Quality Control ..........................................................................................................................................64

40. Identifying Defects ..................................................................................................................................................... 64 41. Tests ............................................................................................................................................................................... 64

48

Page 53: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

42. Correction of Defects ................................................................................................................................................ 64 43. Uncorrected Defects .................................................................................................................................................. 64

D. Cost Control ...............................................................................................................................................64

44. Contract Price ............................................................................................................................................................. 64 45. Changes in the Contract Price............................................................................................................................... 64 46. Variations ...................................................................................................................................................................... 65 47. Cash Flow Forecasts .................................................................................................................................................. 65 48. Payment Certificates ................................................................................................................................................. 65 49. Payments ...................................................................................................................................................................... 66 50. Compensation Events ………………………………………………………………………………………………….66 51. Tax ............................................................................................................................................................................... 67 52. Currency........................................................................................................................................................................ 67 53. Price Adjustment ....................................................................................................................................................... 67 54. Retention ...................................................................................................................................................................... 69 55. Liquidated Damages.................................................................................................................................................. 70 56. Bonus .............................................................................................................................................................................. 70 57. Advance Payment....................................................................................................................................................... 70 58. Securities ....................................................................................................................................................................... 70 59. Dayworks ....................................................................................................................................................................... 71 60. Cost of Repairs............................................................................................................................................................ 71

F. Force Majeure ..........................................................................................................................................71

61. Definition of Force Majeure ................................................................................................................................... 71 62. Notice of Force Majeure........................................................................................................................................... 72 63. Duty to Minimize Delay............................................................................................................................................ 72 64. Consequences of Force Majeure........................................................................................................................... 72 65. Force Majeure Affecting Subcontractor ............................................................................................................ 73 66. Optional Termination, Payment and Release ................................................................................................. 73 67. Release from Performance ..................................................................................................................................... 73

G. Finishing the Contract ..........................................................................................................................74

68. Completion.................................................................................................................................................................. 74 69. Taking Over ................................................................................................................................................................. 74 70. Final Account............................................................................................................................................................... 74 71. Operating and Maintenance Manuals ............................................................................................................... 74 72. Termination ................................................................................................................................................................. 74 73. Fraud and Corruption.............................................................................................................................................. 75 74. Black Listing ................................................................................................................................................................ 76 75. Payment upon Termination .................................................................................................................................. 76 76. Property ........................................................................................................................................................................ 76 77. Release from Performance .................................................................................................................................... 77 78. Suspension of DP Loan/Credit/Grant............................................................................................................... 77 79. Eligibility ........................................................................................................................................................................ 77 80. Project Manager’s Duties and Authorities ...................................................................................................... 77 81. Quarries and Spoil Dumps .................................................................................................................................... 77 82. Local Taxation............................................................................................................................................................. 78 83. Value Added Tax ........................................................................................................................................................ 78 84. Income Taxes on Staff.............................................................................................................................................. 78 85. Duties, Taxes and Royalties................................................................................................................................... 78 86. Member of Government, etc, not Personally Liable .................................................................................... 78

49

Page 54: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

87. Approval of Use of Explosives .............................................................................................................................. 79 88. Compliance with Regulations for Explosives……...………………………………………………………………79 89. Permission for Blasting........................................................................................................................................... 79 90. Records of Explosives............................................................................................................................................. 79 91. Traffic Diversion ......................................................................................................................................................... 79

50

Page 55: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Section VII: General Conditions of Contract

51

Page 56: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

General Conditions of Contract General

1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount accepted in the Letter of

Acceptance for the execution and completion of the Works and the remedying of

any defects.

(b) The Activity Schedule is a schedule of the activities comprising the

construction, installation, testing, and commissioning of the Works in a lump

sum contract. It includes a lump sum price for each activity, which is used for

valuations and for assessing the effects of Variations and Compensation Events.

(c) The Adjudicator is the person appointed jointly by the Employer and the

Contractor to resolve disputes in the first instance, as provided for in GCC 23.2

hereunder.

(d) Bill of Quantities means the priced and completed Bill of Quantities forming part

of the Bid.

(e) Compensation Events are those defined in GCC 50 hereunder.

(f) The Completion Date is the date of completion of the Works as certified by

the Project Manager, in accordance with GCC 68.1.

(g) The Contract is the Contract between the Employer and the Contractor to execute,

complete, and maintain the Works. It consists of the documents listed in GCC 2.3

below.

(h) The Contractor is the party whose Bid to carry out the Works has been

accepted by the Employer.

(i) The Contractor’s Bid is the completed bidding document submitted by the

Contractor to the Employer.

(j) The Contract Price is the Accepted Contract Amount stated in the Letter of

Acceptance and thereafter as adjusted in accordance with the Contract.

(k) Days are calendar days; months are calendar-months.

(l) Dayworks are varied work inputs subject to payment on a time basis for the

Contractor’s employees and Equipment, in addition to payments for associated

Materials and Plant.

(m) A Defect is any part of the Works not completed in accordance with the

Contract.

(n) The Defects Liability Certificate is the certificate issued by Project Manager

upon correction of defects by the Contractor.

(o) The Defects Liability Period is the period calculated from the Completion Date

where the Contractor remains responsible for remedying defects.

(p) Drawings include calculations and other information provided or approved

by the Project Manager for the execution of the Contract.

(q) The Employer is the party who employs the Contractor to carry out the Works, as

specified in the SCC.

(r) Equipment is the Contractor’s machinery and vehicles brought temporarily to

the Site to construct the Works.

(s) Force Majeure means an exceptional event or circumstance: which is beyond a

Party's control; which such Party could not reasonably have provided against before

entering into the Contract; which, having arisen, such Party could not reasonably have

52

Page 57: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

avoided or overcome; and, which is not substantially attributable to the other Party.

(t) The Initial Contract Price is the Contract Price listed in the Employer’s Letter of

Acceptance.

(u) In writing or written means hand written, type written, printed or electronically

made, and resulting in permanent record.

(v) The Intended Completion Date is the date on which it is intended that the

Contractor shall complete the Works. The Intended Completion Date is specified in

the SCC. The Intended Completion Date may be revised only by the Project

Manager by issuing an extension of time or an acceleration order.

(w) Letter of Acceptance means the formal acceptance by the Employer of the Bid

and denotes the formation of the contract at the date of acceptance.

(x) Materials are all supplies, including consumables, used by the Contractor for

incorporation in the Works.

(y) Party means the Employer or the Contractor, as the context requires.

(z) SCC means Special Conditions of Contract

(aa) Plant is any integral part of the Works that shall have a mechanical, electrical,

chemical, or biological function.

(bb) The Project Manager is the person named in the SCC (or any other competent

person appointed by the Employer and notified to the Contractor, to act in replacement

of the Project Manager) who is responsible for supervising the execution of the Works

and administering the Contract.

(cc) Retention Money means the aggregate of all monies retained by the Employer

pursuant to GCC 54.1.

(dd) Schedules means the document(s) entitled schedules, completed by the Contractor

and submitted with the Letter of Bids, as included in the Contract. Such document may

include the Bill of Quantities, data, lists, and schedules of rates and/or prices.

(ee) The Site is the area defined as such in the SCC

(ff) Site Investigation Reports are those that were included in the bidding documents

and are factual and interpretative reports about the surface and subsurface conditions at

the Site.

(gg) Specification means the Specification of the Works included in the Contract

and any modification or addition made or approved by the Project Manager.

(hh) The Start Date is given in the SCC. It is the latest date when the Contractor

shall commence execution of the Works. It does not necessarily coincide with any of

the Site Possession Dates.

(ii) A Subcontractor is a person or corporate body who has a Contract with the

Contractor to carry out a part of the work in the Contract, which includes work on the

Site.

(jj) Temporary Works are works designed, constructed, installed, and removed by

the Contractor that are needed for construction or installation of the Works.

(kk) A Variation is an instruction given by the Project Manager which varies the

Works

(ll) The Works are what the Contract requires the Contractor to construct, install, and

turn over to the Employer, as defined in the SCC.

2. Interpretation

2.1 In interpreting these GCC, singular also means plural, male also means female or neuter, and the other way around. Headings have no significance. Words have their normal meaning under the language of the Contract unless specifically

53

Page 58: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

defined. The Project Manager shall provide instructions clarifying queries about these GCC.

2.2 If sectional completion is specified in the SCC, references in the GCC to the

Works, the Completion Date, and the Intended Completion Date apply to any

Section of the Works (other than references to the Completion Date and

Intended Completion Date for the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the following order of

priority:

(a) Contract Agreement,

(b) Letter of Acceptance,

(c) Letters of Bid,

(d) Special Conditions of Contract,

(e) General Conditions of Contract,

(f) Specifications,

(g) Drawings,

(h) Bill of Quantities (or Schedules of Prices for lump sum contracts), and

(i) Any other document listed in the SCC as forming part of the Contract.

3. Language and

Law

3.1 The language of the Contract and the law governing the Contract are stated in the SCC.

a. Throughout the execution of the Contract, the Contractor shall comply with the

import of goods and services prohibitions in the Employer’s country when

(a) by an act of compliance with a decision of the United Nations Security Council taken under Chapter VII of the Charter of the United Nations, the Borrower’s Country prohibits any import of goods from, or any payments to, a particular country, person, or entity. Where the borrower’s country prohibits payments to a particular firm or for particular goods by such an act of compliance, that firm may be excluded.

4. Contract

Agreement

4.1 The Parties shall enter into a Contract Agreement within 15 days after the Contractor receives the Letter of Acceptance, unless the Special Conditions establish otherwise. The Contract Agreement shall be based upon the attached Contract forms in Section IX.

5. Assignment

5.1 Neither Party shall assign the whole or any part of the Contract or any benefit

or interest in or under the Contract. However, either Party

(a) may assign the whole or any part with the prior agreement of the other Party, at the sole discretion of such other Party; and

(b) may, as security in favor of a bank or financial institution, assign its right to any moneys due, or to become due, under the Contract.

6. Care and Supply

6.1 The Specification and Drawings shall be in the custody and care of the

54

Page 59: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

of Documents Employer. Unless otherwise stated in the Contract, one copy of the Contract and of each subsequent Drawing shall be supplied to the Contractor, who may make or request further copies at the cost of the Contractor.

6.2 Each of the Contractor’s Documents shall be in the custody and care of the Contractor, unless and until taken over by the Employer. Unless otherwise stated in the Contract, the Contractor shall supply to the Engineer six copies of each of the Contractor’s Documents.

6.3 The Contractor shall keep, on the Site, a copy of the Contract, publications named

in the Specification, the Contractor’s Documents (if any), the Drawings and Variations and other communications given under the Contract. The

Employer’s Personnel shall have the right of access to all these documents at all reasonable times.

6.4 If a Party becomes aware of an error or defect in a document which was prepared for use in executing the Works, the Party shall promptly give notice to the other Party of such error or defect.

7. Confidential

Details

7.1 The Contractor’s and the Employer’s Personnel shall disclose all such confidential and other information as may be reasonably required in order to verify the Contractor’s compliance with the Contract and allow its proper implementation.

7.2 Each of them shall treat the details of the Contract as private and confidential, except to the extent necessary to carry out their respective obligations under the Contract or to comply with applicable Laws. Each of them shall not publish or disclose any particulars of the Works prepared by the other Party without the previous agreement of the other Party. However, the Contractor shall be permitted to disclose any publicly available information, or information otherwise required to establish his qualifications to compete for other projects.

7.3 Notwithstanding the above, the Contractor may furnish to its Subcontractor(s) such documents, data and other information it receives from the Employer to the extent required for the Subcontractor(s) to perform its work under the Contract, in which event the Contractor shall obtain from such Subcontractor(s) an undertaking of confidentiality similar to that imposed on the Contractor under this Clause.

8. Compliance with

Laws

8.1 The Contractor shall, in performing the Contract, comply with applicable Laws.

9. Joint and Several

Liability

9.1 If the Contractor is a joint venture of two or more entities , all such entities shall be jointly and severally liable to the Employer for the fulfillment of the provisions of the Contract, and shall designate one of such persons to act as a leader with authority to bind the joint venture. The composition or the constitution of the joint venture shall not be altered without the prior consent of the Employer.

10. Project

10.1 Except where otherwise specifically stated, the Project Manager shall decide contractual matters between the Employer and the Contractor in the role

55

Page 60: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Manager's Decisions representing the Employer.

11. Delegation

11.1 The Project Manager may delegate any of his duties and responsibilities to other people after notifying the Contractor, and may cancel any delegation after notifying the Contractor.

12. Communications

12.1 Communications between parties that are referred to in the Conditions shall be effective only when in writing. A notice shall be effective only when it is delivered.

13. Subcontracting

13.1 A list of approved Subcontractors including its value/works is included as Article 2 (k) of contract Agreement. Approval by the Employer for any of the Subcontractors shall not relieve the Contractor from any of its obligations, duties, or responsibilities under the contract.

14. Other

Contractors

14.1 The Contractor shall cooperate and share the Site with other contractors, public authorities, utilities, and the Employer between the dates given in the Schedule of Other Contractors, as referred to in the SCC. The Contractor shall also provide facilities and services for them as described in the Schedule. The Employer may modify the Schedule of Other Contractors, and shall notify the Contractor of any such modification

15 Personnel and

Equipment

15.1 The Contractor shall employ the key personnel and use the equipment

identified in its Bid to carry out the Works, or other personnel and equipment

approved by the Project Manager. The Project Manager shall approve any

proposed replacement of key personnel and equipment only if their relevant

qualifications or characteristics are substantially equal to or better than those

proposed in the Bid.

15.2 If the Project Manager asks the Contractor to remove a person who is a member of the Contractor’s staff or work force, stating the reasons, the Contractor shall ensure that the person leaves the Site within seven days and has no further connection with the work in the Contract.

15.3 If the Employer, Project Manager, or Contractor determines, that any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or other prohibited practices during the execution of the Works, then that employee shall be removed in accordance with Clause 15.2 above.

16. Employer’s and

Contractor's Risk

16.1 The Employer carries the risks which this Contract states are Employer’s risks, and the Contractor carries the risks which this Contract states are Contractor’s risks.

17. Employer’s

Risks

17.1 From the Start Date until the Defects Liability Certificate has been issued, the

following are Employer’s risks:

(a) The risk of personal injury, death, or loss of or damage

to property (excluding the Works, Plant, Materials, and Equipment), which are due to

56

Page 61: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(i) use or occupation of the Site by the Works or for the purpose of the Works, which is the unavoidable result of the Works or

(ii) negligence, breach of statutory duty, or interference with any legal right by the Employer or by any person employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment to the extent that it is due to a fault of the Employer or in the Employer’s design, or due to war or radioactive contamination directly affecting the country where the Works are to be executed.

17.2 From the Completion Date until the Defects Liability Certificate has been issued, the risk of loss of or damage to the Works, Plant, and Materials is an Employer’s risk except loss or damage due to

(a) a Defect which existed on the Completion Date,

(b) an event occurring before the Completion Date, which was not itself an Employer’s risk, or

(c) the activities of the Contractor on the Site after the Completion Date.

18. Contractor’s

Risks

18.1 From the Starting Date until the Defects Liability Certificate has been issued, the risks of personal injury, death, and loss of or damage to property (including,

without limitation, the Works, Plant, Materials, and Equipment) which are not Employer’s risks are Contractor’s risks.

19. Insurance

19.1 The Contractor shall provide insurance in the joint names of the Employer and the Contractor from the Start Date to the end of the Defects Liability Period, in the amounts and deductibles stated in the SCC for the following events which are due to the Contractor’s risks:

(a) loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant, Materials, and

Equipment) in connection with the Contract; and

(d) Personal injury or death.

19.2 Policies and certificates for insurance shall be delivered by the Contractor to the

Project Manager for the Project Manager’s approval before the Start Date. All

such insurance shall provide for compensation to be payable in the proportions

of Nepalese Rupees required to rectify the loss or damage incurred.

19.3 If the Contractor does not provide any of the policies and certificates

required, the Employer may affect the insurance which the Contractor

should have provided and recover the premiums the Employer has paid from

payments otherwise due to the Contractor or, if no payment is due, the

payment of the premiums shall be a debt due.

19.4 Alterations to the terms of insurance shall not be made without the approval

of the Project Manager.

57

Page 62: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

19.5 Both parties shall comply with any conditions of the insurance policies.

20. Site

Investigation

Reports

20.1 The Contractor, in preparing the Bid, shall rely on any Site Investigation Reports referred to in the SCC, supplemented by any information available to the Contractor.

21. Contractor to

Construct the Works

21.1 The Contractor shall construct and install the Works in accordance with the Specifications and Drawings.

22. The Works to Be

Completed within

intended

Completion Date

22.1 The Contractor may commence execution of the Works on the Start Date and shall carry out the Works in accordance with the Program submitted by the Contractor, as updated with the approval of the Project Manager, and complete them within the intended Completion Date.

23. Design by

contractor and

Approval by the

Project Manager

23.1 The contractor shall be responsible for the design of permanent works as specified in SCC.

23.2 Contractor shall be responsible for design of the Temporary Works. The Contractor shall submit Specifications and Drawings showing the proposed Temporary Works to the Project Manager, for his approval.

23.3 All Drawings prepared by the Contractor for the execution of the temporary or permanent Works, shall be subject to prior approval by the Project Manager before their use.

23.4 The Project Manager’s approval shall not alter the Contractor’s responsibility for design of temporary works.

24. Safety, Security

and Protection of

the Environment

24.1 The Contractor shall, throughout the execution, and completion of the works and remedying of any defects therein:

a. Have full regard for the safety of all persons entitled to be upon the site and keep the site (so as the same is under his control) and the works (so far as the same are not completed or occupied by the Employer) in an orderly state appropriate to the avoidance of danger to such persons.

b. Provide and maintain at his own cost all lights, guards, fencing, warning signs and watching, when necessary or required by the Project Manager or by any duly constituted authority, for the protection of the Works of for the safety and convenience of the public or others.

c. Take all reasonable steps to protect the environment on and off the site and to avoid damage or nuisance to persons

or to property of the public or others resulting from pollution, noise or other causes arising as a consequence of his methods of operation.

d. Ensure that any cut or fill slopes are planted in grass or other plant cover as soon as possible to protect them from erosion.

e. Any spoil or material removed from drains shall be disposed of to designated stable tipping areas as directed by the Project Manager.

f. Shall not use fuel wood as a means of heating during the processing or

58

Page 63: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

preparation of any materials forming part of the works.

g. The Project Manager shall have the power to disallow any working practice or activity of the Contractor or direct that such practices or activities be modified should the Project Manager consider, on the advice of the relevant Government Departments, that the practices or activities will be harmful to wildlife.

h. Provide on the Site such lifesaving apparatus as may be appropriate and an adequate and easily accessible first aid outfit or such outfits as may be required by any government ordinance, factory act, etc., subsequently published and amended from time to time.

25. Discoveries

25.1 Anything of historical or other interest or of significant value unexpectedly discovered on the Site shall be the property of the employer. The Contractor shall notify the Project Manager of such discoveries and carry out the Project Manager’s instructions for dealing with them.

26. Possession of

the Site

26.1 The Employer shall give possession of all parts of the Site to the Contractor. If possession of a part is not given by the date stated in the SCC, the Employer shall be deemed to have delayed the start of the relevant activities, and this shall be a Compensation Event.

27. Access to the

Site

27.1 The Contractor shall allow the Project Manager and any person authorized by the Project Manager access to the Site and to any place where work in connection with the Contract is being carried out or is intended to be carried out.

28.Instructions,

Inspections and

Audits

28.1 The Contractor shall carry out all instructions of the Project Manager which comply with the applicable laws where the Site is located.

28.2 The Contractor shall keep, and shall make all reasonable efforts to cause its Subcontractors and sub consultants to keep accurate and systematic accounts and records in respect of the Works in such form and details as will clearly identify relevant time changes and costs.

28.3 The Contractor shall permit the GoN/DP and/or persons appointed by the

GoN/DP to inspect the Site and/or the accounts and records of the Contractor

and its sub-contractors relating to the performance of the Contract, and to have

such accounts and records audited by auditors appointed by the GoN/DP if

required by the GoN/DP. The Contractor’s attention is drawn to Sub-Clause 73.2

which provides, inter alia, that acts intended to materially impede the exercise of

the GoN’s/DP’s inspection and audit rights provided for under this Sub-Clause

constitute a obstructive practice subject to contract termination.

29. Dispute

Settlement

29.1 The Employer and the Contractor shall attempt to settle amicably by direct negotiation any disagreement or dispute arising between them under or in connection with the Contract.

29.2 Any dispute between the Parties as to matters arising pursuant to this Contract which cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party‘s request for such amicable settlement may be referred to Arbitration within 30 days after the expiration of amicable

59

Page 64: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

settlement period.

30. Procedures for

Disputes

30.1 In case of arbitration, the arbitration shall be conducted in accordance with the

arbitration procedures published by the Nepal Council of Arbitration (NEPCA)

at the place given in the SCC.

B. Staff and Labor

31. Forced Labor

31.1 The Contractor shall not employ forced labor, which consists of any work or service, not voluntarily performed, that is exacted from an individual under threat of force or penalty. This covers any kind of involuntary or compulsory labor, such as indentured labor, bonded labor, or similar labor–contracting arrangements.

32. Child Labor

32.1 The Contractor shall not employ children in a manner that is economically exploitative, or is likely to be hazardous, or to interfere with, the child's education, or to be harmful to the child's health or physical, mental, spiritual, moral, or social development. Where national laws have provisions for employment of minors, the Contractor shall follow those laws applicable to the Contractor. Children below the age of 18 years shall not be employed in dangerous work.

33.Non-

discrimination and

Equal Opportunity

34.1 The Contractor shall not make employment decisions on the basis of personal characteristics unrelated to inherent job requirements. The Contractor shall base the employment relationship on the principle of equal opportunity and fair treatment, and shall not discriminate with respect to aspects of the employment relationship, including recruitment and hiring, compensation (including wages and benefits), working conditions and terms of employment, access to training, promotion, termination of employment or retirement, and discipline. In countries where national law provides for non-discrimination in employment, the Contractor shall comply with national law. When national laws are silent on nondiscrimination in employment, the Contractor shall meet this Sub clause's requirements. Special measures of protection or assistance to remedy past discrimination or selection for a particular job based on the inherent requirements of the job shall not be deemed discrimination.

Time Control

34. Program

34.1 Within the time stated in the SCC, after the date of the Letter of Acceptance, the Contractor shall submit to the Project Manager for approval a Program showing the general methods, arrangements, order, and timing for all the activities in the Works. In the case of a lump sum contract, the activities in the Program shall be consistent with those in the Activity Schedule.

34.2 An update of the Program shall be a program showing the actual progress

achieved on each activity and the effect of the progress achieved on the timing of

the remaining work, including any changes to the sequence of the activities.

34.3 The Contractor shall submit to the Project Manager for approval an updated Program at intervals no longer than the period stated in the SCC. If the Contractor does not submit an updated Program within this period, the Project

60

Page 65: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Manager may withhold the amount stated in the SCC from the next payment certificate and continue to withhold this amount until the next payment after the date on which the overdue Program has been submitted. In the case of a lump sum contract, the Contractor shall Provide an updated Activity Schedule within 15 days of being instructed to by the Project Manager.

34.4 The Project Manager’s approval of the Program shall not alter the Contractor’s obligations. The Contractor may revise the Program and submit it to the Project Manager again at any time. A revised Program shall show the effect of Variations and Compensation Events.

35. Extension of the

Intended Completion

Date

35.1 The Project Manager shall extend the Intended Completion Date if a Compensation Event occurs or a Variation is issued which makes it impossible for Completion to be achieved by the Intended Completion Date without the Contractor taking steps to accelerate the remaining work, which would cause the Contractor to incur additional cost.

35.2 The Project Manager shall decide whether and by how much to extend the Intended Completion Date within 21 days of the Contractor asking the Project Manager for a decision upon the effect of a Compensation Event or Variation and submitting full supporting information at least 7 days prior to the intended completion date. If the Contractor has failed to give early warning of a delay or has failed to cooperate in dealing with a delay, the delay by this failure shall not be considered in assessing the new Intended Completion Date.

36. Acceleration

36.1 When the Employer wants the Contractor to finish before the Intended Completion Date, the Project Manager shall obtain priced proposals for achieving the necessary acceleration from the Contractor. If the Employer accepts these proposals, the Intended Completion Date shall be adjusted accordingly and confirmed by both the Employer and the Contractor.

36.2 If the Contractor’s priced proposals for acceleration are accepted by the

Employer, they are incorporated in the Contract Price and treated as a Variation.

37. Delays Ordered

by the Project

Manager

37.1 The Project Manager may instruct the Contractor to delay the start or progress of any activity within the Works.

38. Management

Meetings

38.1 Either the Project Manager or the Contractor may require the other to attend a management meeting. The business of a management meeting shall be to review the plans for remaining work and to deal with matters raised in accordance with the early warning procedure.

38.2 The Project Manager shall record the business of management meetings and provide copies of the record to those attending the meeting and to the Employer. The responsibility of the parties for actions to be taken shall be decided by the Project Manager either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.

39. Early Warning

39.1 The Contractor shall warn the Project Manager at the earliest opportunity of specific likely future events or circumstances that may adversely affect the quality of the work, increase the Contract Price, or delay the execution of the

61

Page 66: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Works. The Project Manager may require the Contractor to provide an estimate of the expected effect of the future event or circumstance on the Contract Price and Completion Date. The estimate shall be provided by the Contractor as soon as reasonably possible.

39.2 The Contractor shall cooperate with the Project Manager in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced by anyone involved in the work and in carrying out any resulting instruction of the Project Manager.

C. Quality Control

40. Identifying

Defects

40.1 The Project Manager shall check the Contractor’s work and notify the Contractor of any Defects that are found. Such checking shall not affect the Contractor’s responsibilities. The Project Manager may instruct the Contractor to search for a Defect and to uncover and test any work that the Project Manager considers may have a Defect.

41. Tests

41.1 If the Project Manager instructs the Contractor to carry out a test not specified in the Specification to check whether any work has a Defect and the test shows that it does, the Contractor shall pay for the test and any samples. If there is no Defect, the test shall be a Compensation Event.

42. Correction of

Defects

42.1 The Project Manager shall give notice to the Contractor of any Defects before the end of the Defects Liability Period, which begins at Completion, and is defined in the SCC. The Defects Liability Period shall be extended for as long as Defects remain to be corrected.

42.2 Every time notice of a Defect is given, the Contractor shall correct the notified Defect within the length of time specified by the Project Manager’s notice.

43. Uncorrected

Defects

43.1 If the Contractor has not corrected a Defect within the time specified in the Project Manager’s notice, the Project Manager shall assess the cost of having the Defect corrected, and the Contractor shall pay this amount.

D. Cost Control

44. Contract Price

44.1 In the case of a Unit Rate contract, the Bill of Quantities shall contain priced items for the Works to be performed by the Contractor. The Bill of Quantities is used to calculate the Contract Price. The Contractor will be paid for the quantity of the work accomplished at the rate in the Bill of Quantities for each item.

44.2 In the case of a lump sum contract, the Activity Schedule shall contain the priced activities for the Works to be performed by the Contractor. The Activity Schedule is used to monitor and control the performance of activities on which basis the Contractor will be paid. If payment for Materials on Site shall be made separately, the Contractor shall show delivery of Materials to the Site separately on the Activity Schedule.

45. Changes in the

Contract Price

45.1 In the case of an Unit Rate contract:

(a) If the final quantity of the work done differs from the quantity in the Bill of Quantities for the particular item by more than 25 percent, provided the change exceeds 2 percent of the Initial Contract Price, the Project Manager

62

Page 67: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

shall adjust the rate to allow for the change.

(b) The Project Manager shall not adjust rates from changes in quantities if thereby the Initial Contract Price is exceeded by more than 10 percent, except with the prior approval of the Employer.

(c) If requested by the Project Manager, the Contractor shall provide the Project Manager with a detailed cost breakdown of any rate in the Bill of Quantities.

45.2 In the case of a lump sum contract, the Activity Schedule shall be amended by the Contractor to accommodate changes of Program or method of working made at the Contractor’s own discretion. Prices in the Activity Schedule shall not be altered when the Contractor makes such changes to the Activity Schedule.

46. Variations

46.1 All Variations shall be included in updated Programs, and, in the case of a lump sum contract, also in the Activity Schedule, produced by the Contractor.

46.2 The Contractor shall provide the Project Manager with a quotation for carrying out the Variation when requested to do so by the Project Manager. The Project Manager shall assess the quotation, which shall be given within seven (7) days of the request or within any longer period stated by the Project Manager and before the Variation is ordered.

46.3 If the Contractor’s quotation is unreasonable, the Project Manager may order the Variation and make a change to the Contract Price, which shall be based on the Project Manager’s own forecast of the effects of the Variation on the Contractor’s costs.

46.4 If the Project Manager decides that the urgency of varying the work would prevent a quotation being given and considered without delaying the work, no quotation shall be given and the Variation shall be treated as a Compensation Event.

46.5 The Contractor shall not be entitled to additional payment for costs that could have been avoided by giving early warning.

46.6 In the case of an Unit Rate contract, if the work in the Variation corresponds to

an item description in the Bill of Quantities and if, in the opinion of the Project Manager, the quantity of work above the limit stated in GCC 45.1 or the timing of its execution do not cause the cost per unit of quantity to change, the rate in the Bill of Quantities shall be used to calculate the value of the Variation. If the cost per unit of quantity changes, or if the nature or timing of the work in the Variation does not correspond with items in the Bill of Quantities, the quotation by the Contractor shall be in the form of new rates for the relevant items of work.

47. Cash Flow

Forecasts

47.1 When the Program, or, in the case of a lump sum contract, the Activity Schedule, is updated, the Contractor shall provide the Project Manager with an updated cash flow forecast.

48. Payment

Certificates

48.1 The Contractor shall submit to the Project Manager monthly statements of the estimated value of the work executed less the cumulative amount certified previously.

48.2 The Project Manager shall check the Contractor’s monthly statement and certify

63

Page 68: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

the amount to be paid to the Contractor within 30 days of submission by

contractor.

48.3 The value of work executed shall be determined by the Project Manager.

48.4 The value of work executed shall comprise:

(a) In the case of an Unit Rate contract, the value of the quantities of work

in the Bill of Quantities that have been completed; or

(b) In the case of a lump sum contract, the value of work executed shall comprise the value of completed activities in the Activity Schedule.

48.5 The value of work executed shall include the valuation of Variations and

Compensation Events.

48.6 The Project Manager may exclude any item certified in a previous certificate or reduce the proportion of any item previously certified in any certificate in the light of later information.

49. Payments

49.1 Payments shall be adjusted for deductions for advance payments and retention. The Employer shall pay the Contractor the amounts certified by the Project Manager within 30 days of the date of each certificate. If the Employer makes a late payment, the Contractor shall be paid interest as indicated in the SCC on the late payment in the next payment. Interest shall be calculated from the date by which the payment should have been made up to the date when the late payment is made.

49.2 If an amount certified is increased in a later certificate or as a result of an

award by an Arbitrator, the Contractor shall be paid interest upon the delayed

payment as set out in this clause. Interest shall be calculated from the date

upon which the increased amount would have been certified in the absence of

dispute.

49.3 Items of the Works for which no rate or price has been entered in BOQ shall not be

paid for by the Employer and shall be deemed covered by other rates and prices in

the Contract.

50. Compensation

Events

50.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the Site Possession Date pursuant to GCC 26.1.

(b) The Employer modifies the Schedule of Other Contractors in a way that

affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings,

Specifications, or instructions required for execution of the Works on time.

(d) The Project Manager instructs the Contractor to uncover or to carry out additional tests upon work, which is then found to have no Defects.

(e) The Project Manager unreasonably does not approve a subcontract to be let.

64

Page 69: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

(f) Ground conditions are substantially more adverse than could reasonably have been assumed before issuance of the Letter of Acceptance from the information issued to bidders (including the Site Investigation Reports), from information available publicly and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an unforeseen condition, caused by the Employer, or additional work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer does not work within the dates and other constraints stated in the Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Employer’s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of Completion.

50.2 If a Compensation Event would cause additional cost or would prevent the work

being completed before the Intended Completion Date, the Contract Price shall

be increased and/or the Intended Completion Date shall be extended. The

Project Manager shall decide whether and by how much the Contract Price shall be increased and whether and by how much the Intended Completion Date

shall be extended.

50.3 As soon as information demonstrating effect of each Compensation Event upon the Contractor’s forecast cost has been provided by the Contractor, it shall be assessed by the Project Manager, and the Contract Price shall be adjusted accordingly. If the Contractor’s forecast is deemed unreasonable, the Project Manager shall adjust the Contract Price based on the Project Manager’s own forecast. The Project Manager shall assume that the Contractor shall react competently and promptly to the event.

50.4 The Contractor shall not be entitled to compensation to the extent that the Employer’s interests are adversely affected by the Contractor’s not having given early warning or not having cooperated with the Project Manager.

51. Tax

51.1 The Project Manager shall adjust the Contract Price if taxes, duties, and other levies are changed between the date 30 days before the submission of bids for the Contract and the date of the last Completion certificate. The adjustment shall be the change in the amount of tax payable by the Contractor, provided such changes are not already reflected in the Contract Price or are a result of GCC 53.

52. Currency

52.1 The currency of Contracts shall be Nepalese Rupees.

53. Price

Adjustment

53.1 Prices shall be adjusted for fluctuations in the cost of inputs only if provided for in the SCC. If so provided, the amounts certified in each payment certificate, before deducting for Advance Payment, shall be adjusted by applying the

65

Page 70: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

respective price adjustment factor to the payment amounts due.

53.2 Adjustment Formulae2: The formulae will be of the following general type:

Where:

pn is a price adjustment factor to be applied to the amount for the payment of the work carried out in the subject month, determined in accordance with Clause 49;

A is a constant, specified in the Bidding Forms- Table of Price Adjustment data, representing the nonadjustable portion in contractual payments;3b, c, d, etc., coefficients representing the estimated proportion of each cost element (labor, materials, equipment usage, etc.) in the Works or sections thereof, net of Provisional Sums, as specified in the SCC;

Ln, Mn, En, etc., are the current cost indices or reference prices of the cost elements for month “n,” determined pursuant to Sub-Clause 53.4, applicable to each cost element; and

Lo, Mo, Eo, etc., are the base cost indices or reference prices corresponding to the above cost elements at the date specified in Sub-Clause 53.4

53.3 Sources of Indices and Weightings: The sources of indices shall be those listed in the Bidding Forms- Table of Price Adjustment data, as approved by the Project Manager and stated in SCC. Indices shall be appropriate for their purpose and shall relate to the Contractor’s proposed source of supply of inputs on the basis of which his Contract shall have been computed. As the proposed basis for price adjustment, the Contractor shall have submitted with his bid the tabulation of Weightings and Source of Indices in the Bidding Forms, which shall be subject to approval by the Project Manager.

53.4 Base, Current and Provisional Indices: The base cost indices or prices shall be

those prevailing on the day 30 days prior to the latest date for submission of

bids. Current indices or prices shall be those prevailing on the day 30 days

prior to the last day of the period to which a particular Interim Payment

Certificate is related. If at any time the current indices are not available, provisional indices as determined by the Project Manager will be used, subject

to subsequent correction of the amounts paid to the Contractor when the current indices become available.

53.5 Weightings: The weightings for each of the factors of cost given in the Bidding

Forms shall be adjusted if, in the opinion of the Project Manager, they have

2

For complex Works involving several types of construction work with different inputs, a family of

Formulae will be necessary. The various items of Day work may also require different formulae, depending

on the nature and source of the inputs 3

Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be

subject to fluctuation in cost or to compensate for the unreliability of some indices. A should normally be

0.15. The sum of A, b, c, d, etc., should be one.

66

Page 71: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

been rendered unreasonable, unbalanced or inapplicable as a result of varied

or additional work already executed or instructed under Clause 46 or for any

other reason.

53.6 Where, price adjustment provision is not applicable pursuant to Sub-clause 53.1

then the Contract is subject to price adjustment only for construction material in accordance with this clause. If the prices of the construction materials

stated in the contract is increased or decreased in an unexpected manner in

excess of ten (10%) percent in comparison to the base price construction material stated in Section –IV, Bidding Forms-Table of Price Adjustment

Data, then the price adjustment for the increase or decrease of price of the construction material beyond 10% shall be made by applying the following

formulas:

For unexpected increase in price

P =[R1 -(R0 ×1.10)]× Q

For unexpected decrease in price P

= [R1 -(R0 ×0.90)]× Q

Where:

“P” is price adjustment amount

“R1” is the present price of the construction material (Source of indices shall be those listed in the Bidding forms)

“R0” is the base price of the construction material

“Q” is quantity of the construction material consumed in construction during the period of price adjustment consideration If the Base price and source is to be proposed by the Bidder as per the provision made in Section –IV, Bidding Forms-Table of Price Adjustment Data then the Base price and source filled by Bidder for the construction material stated in the Bidding Form shall be subject to the approval of the Project manager and shall be as stated in SCC..

53.7 The Price Adjustment amount shall be limited to a maximum of the initial Contract Amount as specified in the SCC.

53.8 The Price Adjustment provision shall not be applicable for delayed period if the contract is not completed in time due to the delay caused by the contractor or the contract is a Lump sum Contract

54. Retention

54.1 The Employer shall retain from each payment due to theContractor the

proportion stated in the SCC until Completion of the whole of the Works.

54.2 Upon the issue of a Defects Liability Certificate by the Project Manager, in accordance with GCC 70.1, half the total amount retained shall be repaid to

the Contractor and half when the Contractor has submitted the evidence of

submission of tax return to the concerned Internal Revenue Office. On

completion of the whole works, the Contractor may substitute retention money

67

Page 72: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

with an “on demand” bank guarantee.

55. Liquidated

Damages

55.1 The Contractor shall pay liquidated damages to the Employer at the rate per day

stated in the SCC for each day that the Completion Date is later than the Intended

Completion Date. The total amount of liquidated damages shall not exceed the

amount defined in the SCC. The Employer may deduct liquidated damages from

payments due to the Contractor. Payment of liquidated damages shall not affect

the Contractor’s liabilities.

55.2 If the Intended Completion Date is extended after liquidated damages have

been paid, the Project Manager shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate. The

Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in GCC.49

56. Bonus

56.1 The Contractor shall be paid a Bonus calculated at the rate per calendar day stated in the SCC for each day (less any days for which the Contractor is

paid for acceleration) that the Completion is earlier than the Intended Completion Date. The Project Manager shall certify that the Works are complete,

although they may not be due to be complete.

57. Advance

Payment

57.1 The Employer shall make advance payment to the Contractor of the amounts

stated in the SCC in two equal installments by the date stated in the SCC, against provision by the Contractor of an unconditional bank guarantee from 'A' class commercial Bank in a form acceptable to the Employer in amounts

equal to the advance payment. The guarantee shall remain effective until the

advance payment has been repaid, but the amount of the guarantee shall be

progressively reduced by the amounts repaid by the Contractor. Interest shall

not be charged on the advance payment.

57.2 The Contractor is to use the advance payment only to pay for Equipment, Plant, Materials, and mobilization expenses required specifically for execution of the Contract. The Contractor shall demonstrate that advance payment has been used in this way by supplying copies of invoices or other documents to the Project Manager.

57.3 The advance payment shall be repaid by deducting proportionate amounts, as stated in SCC, from payments otherwise due Contractor, following the schedule of completed percentages of the Works on a payment basis. No account shall be taken of the advance payment or its repayment in assessing valuations of work done, Variations, price adjustments, Compensation Events, Bonuses, or Liquidated Damages.

58. Securities

58.1 The Performance Security, including any additional security required as per ITB 32.5 and ITB 37.1, shall be provided to the Employer no later than the date specified in the Letter of Acceptance and shall be issued in an amount specified in the SCC, by a ‘A’ class commercial bank acceptable to the Employer, and denominated in Nepalese Rupees. The Performance Security shall be valid until a date 30 days from the date of issue of the Defect Liability

68

Page 73: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Certificate in the case of a bank guarantee.

Any additional performance security required as per ITB 32.5 shall be valid until a date 30 days from the date of issue of the certificate of Completion in the case of a bank guarantee.

Any additional performance security required as per ITB 37.1 shall be valid until a date 30 days from the date of issue of the certificate of DLP in the case of a bank guarantee.

58.2 The performance security issued by any foreign Bank outside Nepal must be counter guaranteed by an "A" class commercial Bank in Nepal.

59. Day works

59.1 If applicable, the Day works rates in the Contractor’s Bid shall be used for small additional amounts of work only when the Project Manager has given written instructions in advance for additional work to be paid for in that way.

59.2 All work to be paid for as Day works shall be recorded by the Contractor on forms approved by the Project Manager. Each completed form shall be verified and signed by the Project Manager within two days of the work being done.

59.3 The Contractor shall be paid for Day works subject to obtaining signed Day works forms.

60. Cost of Repairs

60.1 Loss or damage to the Works or Materials to be incorporated in the Works between the Start Date and the end of the Defects Correction periods shall be remedied by the Contractor at the Contractor’s cost if the loss or damage arises from the Contractor’s acts or omissions.

F. Force Majeure

61. Definition of

Force Majeure

61.1 In this Clause, “Force Majeure” means an exceptional event or circumstance,

(a) which is beyond a Party’s control;

(b) which such Party could not reasonably have provided against before

entering into the Contract;

(c) which, having arisen, such Party could not reasonably have avoided or

overcome; and

(d) which is not substantially attributable to the other Party.

61.2 Force Majeure may include, but is not limited to, exceptional events or

circumstances of the kind listed below, so long as conditions (a) to (d) above are satisfied:

(a) war, hostilities (whether war be declared or not), invasion, act of foreign

enemies;

(b) rebellion, terrorism, sabotage by persons other than the Contractor’s

Personnel, revolution, insurrection, military or usurped power, or civil

war;

(c) riot, commotion, disorder, strike or lockout by persons other than the

69

Page 74: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Contractor’s Personnel;

(d) munitions of war, explosive materials, ionizing radiation or

contamination by radio-activity, except as may be attributable to the

Contractor’s use of such munitions, explosives, radiation or radio- activity; and

(e) natural catastrophes such as earthquake, hurricane, typhoon or volcanic

activity.

62. Notice of Force

Majeure

62.1 If a Party is or will be prevented from performing its substantial obligations

under the Contract by Force Majeure, then it shall give notice to the other

Party of the event or circumstances constituting the Force Majeure and shall

specify the obligations, the performance of which is or will be prevented. The notice shall be given within 14 days after the Party became aware, or should

have become aware, of the relevant event or circumstance constituting Force

Majeure.

62.2 The Party shall, having given notice, be excused performance of its obligations

for so long as such Force Majeure prevents it from performing them.

62.3 Notwithstanding any other provision of this Clause, Force Majeure shall not

apply to obligations of either Party to make payments to the other Party under

the Contract.

63. Duty to Minimize

Delay

63.1 Each Party shall at all times use all reasonable endeavors to minimize any delay in the performance of the Contract as a result of Force Majeure.

63.2 A Party shall give notice to the other Party when it ceases to be affected by the Force Majeure.

64. Consequences of

Force Majeure

64.1 If the Contractor is prevented from performing its substantial obligations under

the Contract by Force Majeure of which notice has been given under GCC 62,

and suffers delay and/or incurs Cost by reason of such Force Majeure, the

Contractor shall be entitled subject to GCC 30 to

(a) an extension of time for any such delay, if completion is or will be

delayed, under GCC35 ; and

(b) if the event or circumstance is of the kind described in sub-paragraphs

(a) to (d) of GCC 61.2 and, in the case of subparagraphs (b) to (d), occurs

in the Country, payment of any such Cost, including the costs of rectifying

or replacing the Works and/or Goods damaged or destructed by Force

Majeure, to the extent they are not indemnified through the insurance

policy referred to in GCC 19.

64.2 After receiving this notice, the Project Manager shall proceed in accordance

with GCC 10 to agree or determine these matters.

70

Page 75: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

65. Force Majeure

Affecting

Subcontractor

65.1 If any Subcontractor is entitled under any contract or agreement relating to the

Works to relief from force majeure on terms additional to or broader than

those specified in this Clause, such additional or broader force majeure events or circumstances shall not excuse the Contractor’s nonperformance or entitle

him to relief under this Clause.

66.Optional

Termination,

Payment and

Release

66.1 If the execution of substantially all the Works in progress is prevented for a continuous period of 90 days by reason of Force Majeure of which notice has

been given under GCC 62, or for multiple periods which total more than 150

days due to the same notified Force Majeure, then either Party may give to the

other Party a notice of termination of the Contract. In this event, the termination shall take effect 7 days after the notice is given, and the Contractor

shall proceed in accordance with GCC 72.5.

66.2 Upon such termination, the Project Manager shall determine the value of the work done and issue a Payment Certificate, which shall include

(a) the amounts payable for any work carried out for which a price is stated

in the Contract;

(b) the Cost of Plant and Materials ordered for the Works which have been

delivered to the Contractor, or of which the Contractor is liable to accept

delivery: this Plant and Materials shall become the property of (and be at

the risk of) the Employer when paid for by the Employer, and the

Contractor shall place the same at the Employer’s disposal;

(c) other Costs or liabilities which in the circumstances were reasonably and

necessarily incurred by the Contractor in the expectation of completing

the Works;

(d) the Cost of removal of Temporary Works and Contractor’s Equipment

from the Site and the return of these items to the Contractor’s works in

his country (or to any other destination at no greater cost); and

(e) the Cost of repatriation of the Contractor’s staff and labor employed

wholly in connection with the Works at the date of termination.

67. Release from

Performance 67.1 Notwithstanding any other provision of this Clause, if any event or

circumstance outside the control of the Parties (including, but not limited to,

Force Majeure) arises, which makes it impossible or unlawful for either or both Parties to fulfill its or their contractual obligations or which, under the

law governing the Contract, entitles the Parties to be released from further

performance of the Contract, then upon notice by either Party to the other

Party of such event or circumstance,

(a) the Parties shall be discharged from further performance, without

prejudice to the rights of either Party in respect of any previous breach of the Contract; and

(b) the sum payable by the Employer to the Contractor shall be the same as

71

Page 76: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

would have been payable under GCC 66 if the Contract had been

terminated under GCC 66.

G. Finishing the Contract

68. Completion

68.1 The Contractor shall request the Project Manager to issue a certificate of Completion of the Works, and the Project Manager shall do so upon deciding that the work is completed.

69. Taking Over

69.1 The Employer shall take over the Site and the Works within seven days of the Project Manager’s issuing a certificate of Completion.

70. Final Account

70.1 The Contractor shall supply the Project Manager with a detailed account of the total amount that the Contractor considers payable under the Contract before the end of the Defects Liability Period. The Project Manager shall issue a Defects Liability Certificate and certify any final payment that is due to the Contractor within 60 days of receiving the Contractor’s account if it is correct and complete. If it is not, the Project Manager shall issue within 60 days a schedule that states the scope of the corrections or additions that are necessary. If the Final Account is still unsatisfactory after it has been resubmitted, the Project Manager shall decide on the amount payable to the Contractor and issue a payment certificate.

71. Operating and

Maintenance

Manuals

71.1 If “as built” Drawings and/or operating and maintenance manuals are required, the Contractor shall supply them by the dates stated in the SCC.

71.2 If the Contractor does not supply the Drawings and/or manuals by the dates stated in the SCC pursuant to GCC 71.1, or they do not receive the Project Manager’s approval, the Project Manager shall withhold the amount stated in the SCC from payments due to the Contractor.

72. Termination

72.1 The Employer may terminate the Contract at any time if the contractor;

a. does not commence the work as per the Contract, b. abandons the work without completing, c. fails to achieve progress as per the Contract.

72.2 The Employer or the Contractor may terminate the Contract if the other party causes a fundamental breach of the Contract.

72.3 Fundamental breaches of Contract shall include, but shall not be limited to, the following :

(a) The Contractor uses the advance payment for matters other than the contractual obligations,

(b) the Contractor stops work for 30 days when no stoppage of work is shown on the current Program and the stoppage has not been authorized by the Project Manager;

(c) the Project Manager instructs the Contractor to delay the progress of the Works, and the instruction is not withdrawn within 30 days;

(d) the Employer or the Contractor is made bankrupt or goes into liquidation other than for a reconstruction or amalgamation.

72

Page 77: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

73.Fraud and

Corruption

(e) a payment certified by the Project Manager is not paid by the Employer to the

Contractor within 90 days of the date of the Project Manager’s certificate;

(f) the Project Manager gives Notice that failure to correct a particular Defect is a

fundamental breach of Contract and the Contractor fails to correct it within a

reasonable period of time determined by the Project Manager;

(g) the Project Manager gives two consecutive Notices to update the Program and

accelerate the works to ensure compliance with GCC Sub clause 22.1 and the

Contractor fails to update the Program and demonstrate acceleration of the

works within a reasonable period of time determined by the Project Manager; (h) the Contractor does not maintain a Security, which is required;

(i) the Contractor has delayed the completion of the Works by the number of days

for which the maximum amount of liquidated damages can be paid, as defined in

the SCC; and

(j) If the Contractor, in the judgment of the Employer has engaged in corrupt or

fraudulent practices in competing for or in executing the Contract, pursuant to

GCC 73.1.

72.4 When either party to the Contract gives notice of a breach of Contract to the

Project Manager for a cause other than those listed under GCC 72.3 above, the

Project Manager shall decide whether the breach is fundamental or not.

72.5 Notwithstanding the above, the Employer may terminate the Contract for

convenience.

72.6 If the Contract is terminated, the Contractor shall stop work immediately, make the Site safe and secure, and leave the Site as soon as reasonably possible.

73.1 If the Employer determines that the Contractor has engaged in corrupt,

fraudulent, collusive, coercive or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 15 days’ notice to the Contractor, terminate the Contractor's employment under the Contract and expel him from the Site.

73.2 Should any employee of the Contractor be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Works, then that employee shall be removed in accordance with GCC Clause 15.

For the purposes of this GCC 73;

(i) “corrupt practice” is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party.

(ii) “fraudulent practice”5 is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation;

(iii) “collusive practice”6 is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party;

(iv) “coercive practice”7 is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to

73

Page 78: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the GON’s/DP’s inspection and audit rights provided for under GCC28.3.

74. Black Listing

74.1 Without prejudice to any other rights of the Employer under this Contract, GoN, Public Procurement Monitoring Office (PPMO), on the recommendation of procuring entity, may blacklist a Bidder for its conduct for a period of one (1) to three (3) years on the following grounds and seriousness of the act committed by the bidder:

(a) if it is established that the Contractor has committed substantial defect in implementation of the contract or has not substantially fulfilled its obligations under the contract or the completed work is not of the specified quality as per the contract.

(b) If convicted from a court of law in a criminal offense liable to be disqualified for taking part in procurement contract,

(c) If it is established that the Contractor has engaged in corrupt or fraudulent practices in competing for or in executing the Contract.

75. Payment upon

Termination

75.1 If the Contract is terminated because of a fundamental breach of Contract by the Contractor, the Project Manager shall issue a certificate for the value of the work done and Materials ordered less advance payments received up to the date of the issue of the certificate. Additional Liquidated Damages shall not apply. If the total amount due to the Employer exceeds any payment due to the Contractor, the difference shall be a debt payable to the Employer.

75.2 If the Contract is terminated for the Employer’s convenience or because of a fundamental breach of Contract by the Employer, the Project Manager shall issue a certificate for the value of the work done, Materials ordered, the reasonable cost of removal of Equipment, repatriation of the Contractor’s personnel employed solely on the Works, and the Contractor’s costs of protecting and securing the Works, and less advance payments received up to the date of the certificate.

75.3 If the Contract is terminated because of fundamental breach of Contract or for any other fault by the Contractor, the performance security shall be forfeited by the Employer.

In such case, amount to complete the remaining works as per the Contract shall be recovered from the Contractor as Government dues.

76. Property

76.1 All Materials on the Site, Plant, Equipment, Temporary Works, and Works shall be deemed to be the property of the Employer if the Contract is terminated

74

Page 79: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

because of the Contractor’s default.

77.Release from

Performance

77.1 If the Contract is frustrated by the outbreak of war or by any other event entirely outside the control of either the Employer or the Contractor, the Project Manager shall certify that the Contract has been frustrated. The Contractor shall make the Site safe and stop work as quickly as possible after receiving this certificate and shall be paid for all work carried out before receiving it and for any work carried out afterwards to which a commitment was made.

78. Suspension of DP

Loan/Credit/Grant

78.1 In the event that the DP suspends the loan/ credit/grant to the Employer from which part of the payments to the Contractor are being made:

a. the Employer is obligated to notify the Contractor of such suspension within 7 days of having received the DP's suspension notice; and

b. if the Contractor has not received sums due him within the 30 days for payment provided for in GCC 49.1, the Contractor may immediately issue a 15-day termination notice.

79. Eligibility

79.1 The Contractor shall have the nationality of an eligible country as specified in Section V of the bidding document. The Contractor shall be deemed to have the nationality of a country if the Contractor is a citizen or is constituted, or incorporated, and operates in conformity with the provisions of the laws of that country. This criterion shall also apply to the determination of the nationality of proposed subcontractors or suppliers for any part of the Contract including related services.

79.2 The materials, equipment, and services to be supplied under the Contract shall have their origin in eligible source countries as specified in Section V of the bidding document and all expenditures under the Contract will be limited to such materials, equipment, and services. At the Employer’s request, the Contractor may be required to provide evidence of the origin of materials, equipment, and services.

79.3 For purposes of GCC 79.2, “origin” means the place where the materials and equipment are mined, grown, produced, or manufactured, and from which the services are provided. Materials and equipment are produced when, through manufacturing, processing, or substantial or major assembling of components, a commercially recognized product results that differs substantially in its basic characteristics or in purpose or utility from its components.

80.ProjectManager’s

Duties and

Authorities

80.1 The Project Manager’s duties and authorities are restricted to the extent as stated in the SCC.

81.Quarries and

Spoil Dumps

81.1 Any quarry operated as part of this Contract shall be maintained and left in a stable condition without steep slopes and be either refilled or drained and be landscaped by appropriate planting. Rock or gravel taken from a river shall be removed over some distance so as to limit the depth of material removed at any one location, not disrupt the river flow or damage or undermine the river banks. The Contractor shall not deposit excavated material on land in Government

75

Page 80: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

or private ownership except as directed by the Project Manager in writing or by permission in writing of the authority responsible for such land in Government ownership, or of the owner or responsible representative of the owner of such land in private ownership, and only then in those places and under such conditions as the authority, owner or responsible representative may prescribe.

82. Local Taxation

82.1 The prices bid by the Contractor shall include all taxes that may be levied in accordance to the laws and regulations in being in Nepal on the date 30 days prior to the closing date for submissions of Bids on the Contractor’s equipment, plant and materials acquired for the purpose of the Contract and on the services performed under the Contract. Nothing in the Contract shall relieve the Contractor from his responsibility to pay any tax that may be levied in Nepal on profits made by him in respect of the Contract.

83. Value Added

Tax

83.1 The Contract is not exempted from value added tax. An amount specified in the schedule of taxes shall be paid by the Contractor in the concerned VAT office within time frame specified in VAT regulation.

84. Income Taxes

on Staff

84.1 The Contractor’s staff, personnel and labor will be liable to pay personal income taxes in Nepal in respect of their salaries and wages, as are chargeable under the laws and regulations for the time being in force, and the Contractor shall perform such duties in regard to such deductions as may be imposed on him by such laws and regulations.

84.2 The issue of the Final Account Certificate pursuant to clause GCC 70 shall be made only upon submittal by the Contractor of a certificate of income tax clearance from the Government of Nepal.

85. Duties, Taxes

and Royalties

85.1 Any element of royalty, duty or tax in the price of any goods including fuel oil, and lubricating oil, cement, timber, iron and iron goods locally procured by the Contractor for the works shall be included in the Contract rates and prices and no reimbursement or payment in that respect shall be made to the Contractor.

85.2 The Contractor shall familiarize himself with GON the rules and regulations with regard to customs, duties, taxes, clearing of goods and equipment, immigration and the like, and it will be necessary for him to follow the required procedures regardless of the assistance as may be provided by the Employer wherever possible.

85.3 The Contractor shall pay and shall not be entitled to the reimbursement of cost of extracting construction materials such as sand, stone/boulder, gravel, etc. from the river beds or quarries. Such prices will be levied by the local District Development Committee (DDC) as may be in force at the time. The Contractor, sub-contractor(s) employed directly by him and for whom he is responsible, will not be exempted from payment of royalties, taxes or other kinds of surcharges on these construction materials so extracted and paid for to the DDC.

86. Member of

Government, etc, not

86.1 No member or officer of GoN or the Employer or the Project Manager or any of

76

Page 81: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Personally Liable their respective employees shall be in any way personally bound or liable for the act or obligations of the Employer under the Contract or answerable for any default or omission in the observance or performance of any of act, matter or thing which are herein contained.

87. Approval of Use

of Explosives

87.1 No explosives of any kind shall be used by the Contractor without the prior consent of the Employer in writing and the Contractor shall provide, store and handle these and all other items of every kind whatsoever required for blasting operations, all at his own expense in a manner approved in writing by the Employer.

88 Compliance with Regulations for Explosives

88.1 The Contractor shall comply with all relevant ordinances, instructions and regulations which the Government, or other person or persons having due authority, may issue from time to time regarding the handling, transportation, storage and use of explosives.

89. Permission for

Blasting

89.1 The Contractor shall at all times maintain full liaison with and inform well in advance, and obtain such permission as is required from all Government authorities, public bodies and private parties whatsoever concerned or affected, or likely to be concerned or affected by blasting operation.

90.Records of

Explosives

90.1 Before the beginning of the Defects Liability Period, the Contractor shall account to the satisfaction of the Project Manager for all explosives brought on to the Site during the execution of the Contract and the Contractor shall remove all unused explosives from the Site on completion of works when ordered by the Project Manager.

91. Traffic Diversion

91.1 The Contractor shall include the necessary safety procedures regarding and pedestrian traffic diversion that is needed in execution of the works. The Contractor shall include in his costing of works, any temporary works or diversion that are needed during the construction period. All traffic diversion should be designed for the safety of both the motoring public and the men at work. It shall ensure the uninterrupted flow of traffic and minimum inconvenience to the public during the period concerned. As such, adequate warning signs, flagmen and other relevant safety precautionary measures shall be provided to warn motorists and pedestrians well ahead of the intended diversion as directed by the Project Manager. All traffic devices used shall be designed in accordance with the instruction of Project Manager.

77

Page 82: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Section VIII: Special Conditions of Contract

The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict, the

provisions herein shall prevail over those in the GCC .

78

Page 83: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Special Conditions of Contract

A. General

GCC 1.1 (q)

The Employer is Chandragiri Municipality,Balambu (Kathmandu)

GCC 1.1 (v)

The Intended Completion Date for the whole of the Works shall be 20th Ashad,2076

GCC 1.1(bb) & 10.1

The Project Manager is Rabindra Rijal

The Project Manager and Engineer are synonyms.

GCC 1.1 (ee)

The Site is located at Chandragiri Municipality, ward no-13

GCC 1.1 (hh)

The Start Date shall be 2nd week of Jestha 2076

GCC 1.1 (ll)

The Works consist of Construction of Compound Wall, Foot Path, Toilet, Gate etc

GCC 2.2

Sectional Completions are: N/A

GCC 2.3(i)

The following documents also form part of the Contract: N/A

GCC 3.1

The language of the contract is ENGLISH/NEPALI

The law that applies to the Contract is the law of NEPAL

GCC 11.1

The Project Manager may delegate any of his duties and responsibilities.

GCC 14.1

Schedule of other contractors: N/A

GCC 19.1

The minimum insurance amounts and deductibles shall be:

1. The minimum cover for loss of or damage to the Works, Plant and Materials is: 115% of the Contract Amount.

2. The maximum deductible for insurance of the Works and of Plant and Materials is: NRs.50,000

3. The minimum cover for loss or damage to Equipment is : 4. The maximum deductible for insurance of Equipment is: NRs25000 5. The minimum for insurance of other property is: NRS25000 6. with unlimited number of occurrences 7. The maximum deductible for insurance of other property is: NRS25000 8. The minimum cover for personal injury or death insurance

i. for the Contractor’s employees is that specified in the Labor act of Nepal and ii. for other people is :[insert amount] with an unlimited number of occurrences

GCC 20.1

Site Investigation Reports are: N/A

GCC 23.1

The following shall be designed by the Contractor:

79

Page 84: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

GCC 26.1

The Site Possession Date(s) shall be: 10th jestha,2076

GCC 30.1

The place of arbitration shall be:

C. Time Control

GCC 34.1

The Contractor shall submit for approval a Program for the Works within 7days from the date of the Letter of Acceptance.

GCC 34.3

The period between Program updates is15 days.

The amount to be withheld for late submission of an updated Program is NRs1000

D. Quality Control

GCC 42.1

The Defects Liability Period is: 365days/months.

E. Cost Control

GCC 49.1

N/A

GCC 53.1

The Contract is not subject to price adjustment, and the following information regarding coefficients does not apply.

The coefficients and indices for adjustment of prices in Nepalese Rupees shall be as specified in the Table of Adjustment Data submitted by bidder together with the Letter of Price Bid which is approved by the Project manager.

GCC 53.6

Base Price of Construction Materials applicable for price adjustment shall be as per the Table of Adjustment Data submitted by Bidder together with the Letter of Price Bid which is approved by the Project manager.

GCC 53.7

The Price Adjustment amount shall be limited to a maximum of:

N/A

GCC 54.1

The proportion of payments retained is: 5 (five) percent

GCC 55.1

The liquidated damages for the whole of the Works are 0.05 Percent of the final Contract Price per day. The maximum amount of liquidated damages for the whole of the Works is

10 Percent of the final Contract Price.

GCC 56.1

The Bonus for the whole of the Works is 0.05 Percent per day. The maximum amount of Bonus for the whole of the Works is 10% of the final Contract Price.

GCC 57.1

The Advance Payments shall be: 20% of the agreement amount and shall be paid in two equal installments to the contractor.

GCC 57.3

Deductions from Payment Certificates will commence in the first certificate in which the value of works executed exceeds 30% of the Contract Price. Deduction will be at the rate of

80

Page 85: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

40% of the respective Monthly Interim Payment Certificate until such time as the advance payment has been repaid; provided that the advance payment shall be completely repaid prior to the end of 80 % of the approved contract period.

GCC 58.1

The Performance Security amount is: as per the public procurement law.

G. Finishing the Contract

GCC 71.1

The date by which operating and maintenance manuals are required is;

GCC 72.3 (i)

The maximum number of days is: 200

GCC 80

The Project Manager has to obtain the specific approval of the Employer for taking any of the following actions :

a. Approving subcontracting of any part of the works under General Conditions of Contract Clause 13;

b. Certifying additional costs determined under General Conditions of Contract Clause 50;

c. Determining start date under General Conditions of Contract Clause 1; d. Determining the extension of the intended Completion Date under General

Conditions of Contract Clause 35; e. Issuing a Variation under General Conditions of Contract Clause 1 and 46, except in an

emergency situation, as reasonably determined by the Project Manager; emergency situation may be defined as the situation when protective measures must be taken for the safety of life or of the works or of adjoining property.

f. Adjustment of rates under General Conditions of Contract Clause 45;

81

Page 86: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Section IX: Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for

Performance Security and Advance Payment Security, when required, shall only be completed by the

successful Bidder after contract award.

82

Page 87: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Letter of Intent [on letterhead paper of the Employer]

Date: ... …………………

To: .................................................Name and address of the Contractor..........................

Subject: …………………… Issuance of letter of intent to award the contract............

This is to notify you that, it is our intention to award the contract ... ..................................................[insert

date] ............................for execution of the ... ..........................................................................................................[insert

name of the contract and identification number, as given in the Contract Data/SCC] to you as your

bid price ............................................ [insert amount in figures and words in Nepalese Rupees] as corrected

and modified in accordance with the Instructions to Bidders is hereby selected as substantially

responsive lowest evaluated bid.

Authorized Signature: ………………………………

Name: ... …………………………………………….

Title: ……………………………………………….

CC:

[Insert name and address of all other Bidders, who submitted the bid]

[Notes on Letter of Intent The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by the Employer and for providing information to other unsuccessful bidders who participated in the bid as regards to the outcome of the procurement process. This standard form of Letter of Intent to Award should be filled in and sent to the successful Bidder only after evaluation and selection of substantially responsible lowest evaluated bid.]

83

Page 88: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Letter of Acceptance [on letterhead paper of the Employer]

Date: ……………………..

To: ……………………………………Name and address of the Contractor……………...

Subject: …………………….Notification of Award

This is to notify that your Bid dated ................................date …………………………..for execution of

the……………………..name of the contract and identification number, as given in the Contract

Data/SCC ……………………... for the Contract price of Nepalese Rupees [insert amount in figures and

words in Nepalese Rupees], as corrected in accordance with the Instructions to Bidders is hereby

accepted in accordance with the Instruction to Bidders.

You are hereby instructed to contact this office to sign the formal contract agreement within 15 days with Performance Security of NRs. ………. in accordance with the Conditions of Contract, using

for that purpose the Performance security Form included in Section X (Contract Forms) of this Bidding Document.

Authorized Signature: …………………………………...

Name and Title of Signatory: ……………………………

84

Page 89: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Contract Agreement

THIS AGREEMENT made the ...............................day of…..between……………………. name of the Employer ………………(hereinafter “the Employer”), of the one part, and ……………………………name of the Contractor …………………(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as ……………………….... name of the Contract ..............................should be executed by the Contractor, and has accepted a Bid by the Contractor for

the execution and completion of these Works and the remedying of any defects in the sum of NRs

…..........…..[insert amount of contract price in words and figures including taxes](hereinafter “the Contract Price”).

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement. This Agreement shall prevail over all other Contract documents. (a) the Letter of Acceptance; (b) the Letters of Bid; (c) the Addenda Nos ................................... Insert addenda numbers if any …………… (d) the Special Conditions of Contract; (e) the List of Eligible Countries that was specified in Section V of the bidding document, (f) the General Conditions of Contract; (g) the Specification; (h) the Drawings; (i) Bill of Quantities (or Schedules of Prices for lump sum contracts), and (j) Table of Price Adjustment Data (k)List of Approved Subcontractors (l)........................................................................ ..[Specify if there are any other document]

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this

Agreement, the Contractor hereby covenants with the Employer to execute the Works and to remedy

defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and completion of the Works and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of the Contract at the times and in the manner

prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance

with the laws of Nepal on the day, month and year indicated above.

Signed by …………………………. for and on behalf the Contractor in the presence of

85

Page 90: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Witness, Name Signature, Address, DateList of Approved

Subcontractors

In accordance with GCC Sub-Clause 13.1,The following Subcontractors are approved for

carrying out the work as specified below.

Name of

Subcontractors

Description of Works Value/Percentage

of subcontract

86

Page 91: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Performance Security

(On letterhead paper of the 'A' class commercial Bank)

............................ Bank’s Name, and Address of Issuing Branch or Office ................................... Beneficiary:

.............................................. Name and Address of Employer ………………….......

Date: ..................................................

Performance Guarantee No.:………………………………………………….

We have been informed that ... ... [insert name of the Contractor] (hereinafter called "the Contractor")

has been notified by you to sign the Contract No. ……………….. [insert reference number of the Contract]

for the execution of ……….. [insert name of contract and brief description of Works] (hereinafter called

"the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is required.

At the request of the Contractor, we........................................................ . [insert name of the Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ...............[insert name of the currency and amount in figures*] (....................... .. insert amount in words) such sum being payable in Nepalese Rupees, upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the………………………..Day of ………………… **, and any demand for payment under it must be received by us at this office on or before that date.

…………………………………………

Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. The Guarantor shall insert an amount representing the percentage of the Contract Price specified

in the Contract in Nepalese Rupees. ** Insert the date thirty days after the date specified for the Defect Liability Period. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one- time extension of this guarantee for a period not to exceed [six months], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee”.

87

Page 92: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Advance Payment Security (On letterhead paper of the 'A' class commercial Bank)

…………………………….. Bank’s Name, and Address of Issuing Branch or Office....................

Beneficiary: ………………………Name and address of employer

Date : …………………………………

Advance Payment Guarantee No……………………………..

We have been informed that ………………has entered into Contract No. ..... Name and Address of Employer………………name of the Contractor……………(hereinafter called "the Contractor")..reference number of the Contract……………dated …………… with you, for the execution of ...contract and brief description of Works ……………. (hereinafter called "the Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment in the sum……………. name of the currency and amount in figures*…(.... amount in words .....) is to be made against an advance payment guarantee.

At the request of the Contractor, we... ...................................... . name of the Bank …………………. hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of………………….name of the currency and amount in figures*... ..................................... .(…… amount in words ... ......................................................................................... .) upon receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach of its obligation under the Contract because the Contractor used the advance payment for purposes other than the costs of mobilization in respect of the Works.

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Contractor as indicated in copies of interim statements or payment certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the Contract Price has been certified for payment, or on the ....... day of ......**, whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

……………………………………………………

Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be deleted from the final document. *The Guarantor shall insert an amount representing the amount of the advance payment in Nepalese Rupees of the advance payment as specified in the Contract. ** Insert the date Thirty days after the expected completion date. The Employer should note that in the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months], in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee”.

88

Page 93: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

SECTION-VI

Bill of Quantities

Page 94: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Bill of Quantities1 Provisional Sum

QuantityUnitItem DescriptionSL.No

Procument Item Details

Unit Rate(NPR) Amount(NPR)

1 Insurance ps 1.0 50000.0 50,000.00

2 Lab test ps 1.0 20000.0 20,000.00

2 Construction work

2.1 Works for complete or part construction and civil engineering work

2.1.1 Building construction work

2.1.1.1 Civil Works

2.1.1.1.1 Miscellaneous Works

2.1.1.1.1.1 Boundary & Gate

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

1

Earth Work in Excavation infoundation (Gravel mixed soil) for liftup to1.5 m. including timbering,pumping out water from thefoundation trench, stacking the soil0.90 m. minimum from the edge offoundation, filling the excavated clean& grub of soil in foundation trench &disposing the excess soil upto a lead of10.00 m as per instruction &specification complete work.

cum 168.0

2

Stone masonary wall on foundationand boundary wall with 1:4 CS mortarwith filling joints as specified by siteengineer all complete.

cum 297.0

3

Chimney Bhatta Brickwork incement sand mortar in 1:4 with 1 stclass bricks in perfect line and levelincluding wetting the bricks, packingthe joints and curing the work in alltypes and thickness of walls, columnetc. as per instruction & specificationcomplete work

cum 132.11

4

Plain Cement Concrete ( 1:2:4 M15in foundation & wall with cement,sand and aggregate including mixing,laying, finishing to approved level,line and dimensions and curing as perinstruction & specification completework.

cum 31.93

Page 95: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

5

Formwork/ Centering & Shutteringwith 19mm thick Plywood for all typeof concrete works necessary propping,scaffolding, staging, supportinginclusive wedging and cutting holesfor utilization work till the support isfully unyielding as per instructions &specifications complete work .

sqm 18.48

6Steel Reinforcement all comlete workas directed by engineer

kg 1960.93

7

50mm dia black pipe post @ 2mdistance 20*20*4mm & 25*25*4mmiron angle frame with 10swg chainlinkof mesh size 2*2 installing & 3*20iron plate greel 0.15m height completefabrication with priming/painting allcomplete work as directed by engineer

sqm 660.0

8

12.5 mm thick cement sand plaster(1:5) on RCC surface/walls (outside) ofgood finish including racking thejoints, wetting the surface & curingthe work as per specifications &direction all complete.

sqm 18.48

9

Supplying and fixing metal gate of 16guage metal sheet with 20x50x5 mmframe including one coat of primer ,necessary quantity of hold fast ,locking set all complet as secified bysite engineer.

sqm 10.5

10

Enamel Paints of approved color onwood surface and metal surface in 2coats over 1 coat of primer in properlysanded surface for high class finish asper specification and instruction allcomplete work.

sqm 21.0

2.1.1.1.1.2 Toilet & Guard Room

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

1

Site Clearance Work including cutting& uprooting shrubs, thick herbs &vegetables, top soil cutting , levelling& removal of waste, transporting tothe specified place as per instructionby site engineer all complete beforeand after construction.

sq.m 30.07

2

Earth Work in Excavation infoundation (Gravel mixed soil) for liftup to1.5 m. including timbering,pumping out water from thefoundation trench, stacking the soil0.90 m. minimum from the edge offoundation, filling the excavated clean& grub of soil in foundation trench &disposing the excess soil upto a lead of10.00 m as per instruction &specification complete work.

cu.m. 20.25

3

Earth Filling in foundation trenches &Floor in 15 c.m. layers with watersprinking & compaction with jumperas per speciication and instruction allcomplete.

cu.m. 14.25

Page 96: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

4

Flat brick Soling in foundation trench,finishing to approved level, line anddimensions as per instruction &specification all complete work.

sq.m 46.07

5

Plain Cement Concrete ( 1:3:6.) M10in foundation & wall with cement,sand and aggregate including mixing,laying, finishing to approved level,line and dimensions and curing as perinstruction & specification completework.

cum 2.83

6

P.C.C. M20 (1:1.5:3) for R.C.C. Workin Sub-structure and Super structure,columns, beams, decks, slabs, etc.withcement sand and graded coarseaggregate (river bed foruwa) includingmixing with concrete, lead upto 30m,compacting the concrete mix withvibrator machine,laying, finishing toapproved level lines and dimensionsand curing as per instruction &specification complete work.

cu.m. 14.23

7

Formwork/ Centering & Shutteringwith 19mm thick Plywood for all typeof concrete works necessary propping,scaffolding, staging, supportinginclusive wedging and cutting holesfor utilization work till the support isfully unyielding as per instructions &specifications complete work .

sq.m. 129.84

8Steel Reinforcement all comlete workas directed by engineer

kg 1676.1

9

Chimney Bhatta Brickwork incement sand mortar in 1:6 with 1 stclass bricks in perfect line and levelincluding wetting the bricks, packingthe joints and curing the work in alltypes and thickness of walls, columnetc. as per instruction & specificationcomplete work

cum 47.52

10

12.5 mm thick cement sand plaster(1:6) on Brick Masonry walls (inside &outside) of good finish includingracking the joints, wetting the surface& curing the work as perspecifications & direction allcomplete.

sq.m 259.78

11

50 mm th. Plain Cement Concrete ( 1:2:4) Screeding Including Cementsand Punning (1:1) for flooring allcomplete as per speciications andinstruction.

sq.m 71.42

12

8 mm.Th.Porcelain Non glazed(spartic)Tiles white/ coloured in toiletfloor with cement sand mortar 1:4with white cement slurry includingpolishing to smooth finished glazedsurface as per instruction &specification all complete work.

sq.m 87.67

Page 97: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

13

Supply, preparation & fixing ofseasoned (100x75)mm Sal woodframe (chaukhat) for Door, window &ventilation with necessary hold fast,screws etc. as per specifications &instructions of site engineer.

cu.m 0.36

14

Supply, preparation & fixing ofseasoned Sal wood 38 mm thickframed panelled shutter for door withnecessary hinges,tower bolts, lockingsets, screws, nails ,nut bolts allcompleteas per specification&instruction of site engineer.

sq.m 16.17

15

Supplying and fitting Aluminiumframed windows 2 track, sliding(90x45x1.5 mm ), 5mm thick glass,with ventilator and fly mesh shuttersall complete

sq.m 2.97

16

Enamel Paints of approved color onwood surface and metal surface in 2coats over 1 coat of primer in properlysanded surface for high class finish asper specification and instruction allcomplete work.

sq.m 30.11

17

2 Coats Distemper paint work oninner Part of building of filter andprimer to give uniform colouring afterrending the surface clean & moist asper specification and instructioncomplete work.

sq.m 259.78

18

Sanitary fittings,pipes ,1000 litreswater tanks,tap,basin,pan all necessaryhigh standard fittings and plumbing allcomplete work .

l.s. 2.0

2.1.1.1.1.3 Picnic Shade

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

1

Site Clearance Work including cutting& uprooting shrubs, thick herbs &vegetables, top soil cutting , levelling& removal of waste, transporting tothe specified place as per instructionby site engineer all complete beforeand after construction.

sq.m 55.94

2

Earth Work in Excavation infoundation (Gravel mixed soil) for liftup to1.5 m. including timbering,pumping out water from thefoundation trench, stacking the soil0.90 m. minimum from the edge offoundation, filling the excavated clean& grub of soil in foundation trench &disposing the excess soil upto a lead of10.00 m as per instruction &specification complete work.

cu.m 40.05

3

Earth Filling in foundation trenches &Floor in 15 c.m. layers with watersprinking & compaction with jumperas per speciication and instruction allcomplete.

cu.m 4.36

Page 98: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

4

Flat brick Soling in foundation trench,finishing to approved level, line anddimensions as per instruction &specification all complete work.

sqm 31.77

5

Plain Cement Concrete ( 1:3:6.) M10in foundation & wall with cement,sand and aggregate including mixing,laying, finishing to approved level,line and dimensions and curing as perinstruction & specification completework.

cu.m 4.49

6

Brick masonary wall on foundation 1:6 CS mortar with filling joints asspecified by site engineer allcomplete.

cu.m 29.02

7

Supplying and errecting Mediumquality MS black pipe post and trussas show in drawing and instruction ofsite engineer including one coat ofprimer all complete.

KG 984.82

8

Supplying and laying color CGI sheetof approved color 0.5mm thick withnecessary quantity of J hooks allcomplete over roof truss all completeas per site engineer.

sq.m 98.27

9

Supplying and fixing0.5mm thickridge on roof surface of approvedcolor at perfect line and levelincluding all necessary accessories asinstructed by site engineer.

rm 7.01

10

38 mm \Screeding (1:2:4) and 3mmpunning on PCC surface of goodfinish including racking the joints,wetting the surface & curing the workas per specifications & direction allcomplete.

sq.m 48.98

2.1.1.1.1.4 Footpath & Steps

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

1

Site Clearance Work including cutting& uprooting shrubs, thick herbs &vegetables, top soil cutting , levelling& removal of waste, transporting tothe specified place as per instructionby site engineer all complete beforeand after construction.

sqm 950.0

2

Earth Work in Excavation infoundation (Gravel mixed soil) for liftup to1.5 m. including timbering,pumping out water from thefoundation trench, stacking the soil0.90 m. minimum from the edge offoundation, filling the excavated clean& grub of soil in foundation trench &disposing the excess soil upto a lead of10.00 m as per instruction &specification complete work.

cu.m 319.39

3

Supplying and laying 50 mm th.Heavy duty Interlocking block onbrick soling including necessaryquantity of stone dust for perfect lineand level as specified by site Engineer.

sqm 500.0

Page 99: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

4 Dry stone soling work cu.m 90.0

5

Stone masonary wall on foundationand boundary wall with 1:4 CS mortarwith filling joints as specified by siteengineer all complete.

cu.m 15.75

6 Brick masonary wall in 1:4 c/s mortar cu.m 5.18

7 PCC work in(1:2:4) cu.m 2.25

825-37mm th Flag stone paving workin 1:4 c/s mortar as directed byengineer

sqm 400.0

2.1.1.1.1.5 Pond & Plate form

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

1

Site Clearance Work including cutting& uprooting shrubs, thick herbs &vegetables, top soil cutting , levelling& removal of waste, transporting tothe specified place as per instructionby site engineer all complete beforeand after construction.

sqm 181.23

2

Earth Work in Excavation infoundation (Gravel mixed soil) for liftup to1.5 m. including timbering,pumping out water from thefoundation trench, stacking the soil0.90 m. minimum from the edge offoundation, filling the excavated clean& grub of soil in foundation trench &disposing the excess soil upto a lead of10.00 m as per instruction &specification complete work.

cu.m 300.79

3

Earth Filling in foundation trenches &Floor in 15 c.m. layers with watersprinking & compaction with jumperas per speciication and instruction allcomplete.

cu.m 39.41

4

Flat brick Soling in foundation trench,finishing to approved level, line anddimensions as per instruction &specification all complete work.

cu.m 134.76

5

Plain Cement Concrete ( 1:3:6.) M10in foundation & wall with cement,sand and aggregate including mixing,laying, finishing to approved level,line and dimensions and curing as perinstruction & specification completework.

sqm 125.46

6

Stone masonary wall on foundationand boundary wall with 1:4 CS mortarwith filling joints as specified by siteengineer all complete.

cum 59.35

Page 100: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

QuantityUnitItem DescriptionSL.No

Procument Item Details

Bidder's Rate(NPR)

Total Amount(NPR)

Bidder's Rate (inwords)

7

Supplying and laying 50 mm th.Heavy duty Interlocking block onbrick soling including necessaryquantity of stone dust for perfect lineand level as specified by site Engineer.

sqm 134.76

8

P.C.C. M20 (1:1.5:3) for R.C.C. Workin Sub-structure and Super structure,columns, beams, decks, slabs, etc.withcement sand and graded coarseaggregate (river bed foruwa) includingmixing with concrete, lead upto 30m,compacting the concrete mix withvibrator machine,laying, finishing toapproved level lines and dimensionsand curing as per instruction &specification complete work.

cum 3.54

9

TMT Reinforcement bar (Fe 500) forRCC Works, tested includingstraightening, cleaning, cutting,bending and fixing in position with 20B.G. annealed binding wire as perdrawing, specifications andinstructions by site-engineer allcomplete work.

kg 625.1

10

Formwork/ Centering & Shutteringwith 19mm thick Plywood for all typeof concrete works necessary propping,scaffolding, staging, supportinginclusive wedging and cutting holesfor utilization work till the support isfully unyielding as per instructions &specifications complete work .

sqm 20.24

11

12.5 mm thick cement sand plaster(1:6) on RCC surface/walls (outside) ofgood finish including racking thejoints, wetting the surface & curingthe work as per specifications &direction all complete.

sqm 81.09

12

Supplying and laying flushed ruledpointing on stone masonary structurewith CS 1:3 mortar for good finishingall complete as specified by siteEngineer.

sqm 71.56

13

8 mm.Th.Porcelain Non glazed(spartic)Tiles white/ coloured inpondt floor and wall with cement sandmortar 1:4 with white cement slurryincluding polishing to smooth finishedglazed surface as per instruction &specification all complete work.

sqm 16.2

14

Supplying and fixing metal bench/chair ( three seater- 2'0" X 7'-0")made of 1" x 1" angle and 1/2" Ms flatof heavy duty including one coat ofprimer and two coat of enamel paintfor neat and clean finishingasspecified by engineer and drawing.

no 15.0

15 All necessary Pipe fittings requiredfor pond

l.s. 1.0

Page 101: THE PROCUREMENT OF - chandragirimun.gov.np · Chandragiri Municipality, Kathmandu invites sealed bids from Nepalese eligible bidders for the construction of Purano Naikap Park Construction

Total Item Price

VAT

Grand Total

Total of Procument Items